Federal Bid

Last Updated on 16 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

Buswork

Solicitation ID SPMYM3-18-Q-7126
Posted Date 07 Aug 2018 at 7 PM
Archive Date 16 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Portsmouth Rhode island United states
 

 

SPMYM3-18-Q-7126 Bus Bar

JML:  8181403+

 

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS.  The RFQ number is SPMYM3-18-Q-7126. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Change Notice 20180629.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: www.acqnet.gov/far  and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 334417 and the Small Business Standard is 1000 Employees.  This requirement is a 100% Small Business Set-Aside. 

 

If quote total is greater than 25K, Manufacturer MUST also be a small business.  Manufacturer Must be listed along with their business size.   

 

Place of Manufacture / Country of Origin Required.

 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility.  

Potential contractors will be screened for responsibility in accordance with FAR 9.104.

 

Quotes must be faxed to 207-438-1251 or e-mailed to  [email protected]

 

A reverse auction may be held.

 

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

 

                                                                        

MATERIAL INFORMATION

 

ITEM       DESCRIPTION            U/I     QTY     UNIT PRICE     TOTAL PRICE

 

0001 Buswork, Flexible, Quantity  1 KIT          _______          _______   

Manufacture FLEXIBLE busbar kit IAW Attachment - 1:  Statement of Work and Specification S/A 4508K - VRLA Battery Buswork, Flexible Kit deliverable IAW Para 6.0.  Flexible Buswork Kit shall consist of the piece numbers and quantities listed in Attachment - 2 Flexible Buswork Kit.  Pieces are to be manufactured IAW Attachment - 3:  NAVSEA Drawing 201-8206435 Rev - 2, adhere to applicable notes. 

****** NOTE ***** *Attachment -3 to be provided separately after receipt of a valid DD Form 2345 and signed security agreement.

 

Data Requirements Exhibit "A" to be a Certificate of Quality Compliance, DI-MISC-81356A, to provide the government with notification that the vendor has complied with the drawing requirements. 

 

 

 

 

0002 Jumper Buswork  Kit    Quantity:    1 KIT          _______          _______   

Manufacture JUMPER busbar kit IAW Attachment - 4:  Statement of Work and Specification S/A 4508K - VRLA Battery Buswork, Jumper Kit deliverable IAW Para 6.0.  Jumper Buswork Kit shall consist of the piece numbers and quantities listed in Attachment - 5 Jumper Buswork Kit.  Pieces are to be manufactured IAW Attachment - 6:  NAVSEA Drawing 201-8206439 Rev - 3, adhere to applicable notes. 

****** NOTE ***** *Attachment - 6 to be provided separately after receipt of a valid DD Form 2345 and signed security agreement.

 

Data Requirements Exhibit "B" to be a Certificate of Quality Compliance, DI-MISC-81356A, to provide the government with notification that the vendor has complied with the drawing requirements. 

 

  

 

52.204-7 System for Award Management

52.204-13, SAM Maintenance

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.211-9014  Contractor Retention of Traceability Documentation

52.211-9020 Time of Delivery-Accelerated Delivery

52.212-1, Instructions to Offerors 

52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs

52.212-4, Contract Terms and Conditions - Commercial Items

 

52.215-9023, Reverse Auction

52.219-9004 Small Business Program Representations

52.222-22 Previous Contracts & Compliance Reports

52.222-25 Affirmative Action Compliance

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.246-9039 Removal of Government Identification from Non Accepted Supplies

52.247-34, F.O.B-Destination

52.247-9012, Requirements for Treatment of Wood Packaging Material

52.252-1, Solicitation Provisions Incorporated by Reference

52.252-2,  Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.253-1, Computer Generated Forms

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003. Control of Government Personnel Work Product

252.204-7008 DEV  Compliance With Safeguarding Covered Defense Information Controls

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7001  Buy American Act & Balance of Payments Program

252.225-7002  Qualifying Country Sources as Subcontractors

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  including:  52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation,  52.209-6 Protecting the Government's Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26  Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36  Equal Opportunities for Workers w/ Disabilities,  52.222-37 Employment Reports on Disabled Veterans 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

 

 

Additional contract terms and conditions applicable to this procurement are: 

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023  Transportation of Supplies By Sea

 

Local Clauses:

YM3 A1:  Additional Information

YM3 C500:  Mercury Control (Supplies)

YM3 C528:  Specification Changes

YM3 D2:  Marking of Shipments

YM3 D4:  Preparation for Delivery (Commercially Packaged Items)

YM3 D8:  Prohibited Packing Materials

YM3 E2:  Inspection and Acceptance (Destination)

YM3 F500:  Consignment Instructions for Deliveries to Portsmouth Naval Shipyard    

 

This announcement will close at  3:00 on  August 23,  2018.  The Point of Contact for this solicitation is Donna Quill who can be reached at 207-438-2386  or  email [email protected].  [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.]  All responsible sources may submit a quote which shall be considered by the agency.   

 

52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.

 

System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/.

If  not the actual  manufacturer -  Manufacturer's Name Location and Business Size must be provided.

 

 

 

 

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

 

 

                               

 

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Rhode island 24 Dec 2015 at 2 PM
Portsmouth New hampshire 27 Jun 2014 at 3 PM
Kittery Maine 01 Nov 2011 at 1 PM
Kittery Maine 07 Jan 2014 at 2 PM
Portsmouth New hampshire 02 May 2013 at 11 AM

Similar Opportunities

Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Mobile Alabama 11 Jul 2025 at 1 PM
Location Unknown 31 Dec 2025 at 5 AM (estimated)
Warren Michigan 18 Jul 2025 at 8 PM