SPMYM3-18-Q-7145
JML: 8221401+
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-7145. 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 Brand Name Mandatory. Calls out EB Parts and EB Spec Sheets that are only available to EB and EB Distributors.
Award to be evaluated as "All or None"
NOTE ***** If providing an Equivalent - Vendor MUST provide specifications for review
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 Cable Assembly, Quantity 16 Each _______ _______
(3 Cable Type) 90 degree, EB PN 19-87-7053 or Equivalent. Salient Characteristics: EB 4211/16 SPEC Sheet (EB4211/16-100). Cable Assembly for EHF end of reference cells. Manufacture IAW EB SPEC 4211 Rev D, P/N EB4211/16-100. Cable Assembly consists of MIL-DTL-24231/2-001 connector body (NCC Coated) with a three pin insert wired and molded to three 65 foot lengths of type LSSHOF-3 cable. Leave other end of cable unterminated. Plug body must be treated with nonconductive coating (NCC) plasma spray per NAVSEA S9320-AM-PRO-030 using an approved vendor. (List contained in NAVSEA S9320-AM-PRO-020 Technical Manual). Teledyne D.G. Obrien's DGO-1 cathodic delamination resistant coating is also authorized as an alternative to plasma spray. Offeror MUST furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government. (See section 6.3 of MIL-DTL-24231). Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Offeror may utilize a vendor who can provide, with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 Table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies.
Ref 82214011-2
0002 Cable Assembly, Quantity 3 Each _______
(4 Cable Type) 90 degree, EB PN 19-87-7054 or Equivalent. Salient Characteristics: EB 4211/16 SPEC Sheet (EB4211/16-200). Cable Assembly for EHF end of reference cells. Manufacture IAW EB SPEC 4211 Rev D, P/N EB4211/16-200. Cable Assembly consists of MIL-DTL-24231/2-002 connector body (NCC Coated) with a four pin insert wired and molded to four 65 foot lengths of type LSSHOF-3 cable. Leave other end of cable unterminated. Plug body must be treated with nonconductive coating (NCC) plasma spray per NAVSEA S9320-AM-PRO-030 using an approved vendor. (List contained in NAVSEA S9320-AM-PRO-020 Technical Manual). Teledyne D.G. Obrien's DGO-1 cathodic delamination resistant coating is also authorized as an alternative to plasma spray. Offeror MUST furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government. (See section 6.3 of MIL-DTL-24231). Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Offeror may utilize a vendor who can provide, with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 Table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies.
Ref 82214013-4
0003 Plug Assembly, Quantity 44 Each _______ _______
Outboard, molded 90 degree (anode), EB PN 19-87-3222. Manufactured IAW NAVSEA Drawing 302-5792287A, assembly 502 as modified by NAVSEA Drawing 415-7285181A assembly 502 mod 1 and modification note 21 (eliminates the leak detector and extension wiring pieces 19, 20 and 23 of drawing 5792287A). Observe applicable general notes of drawings. Mold with 50 feet of type LSSHOF-3 cable. (cable type is changed by modification note 10 of dwg 7285181A) per leg and leave other end unterminated. Mold IAW NAVSEA Molding Manual S9320-AM-PRO-020. The requirement for non-conductive coating (NCC) has been eliminated per note on dwg 5792287A Section B-B. Offeror must furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government. (See section 6.3 of MIL-DTL-24231). Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Offeror may utilize a vendor who can provide, with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 Table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies.
Ref 82214015-6
0004 Plug Assembly, Quantity 3 Each _______ _______ _____ _______
Outboard, molded straight (anode), EB PN 19-87-3223. Manufactured IAW NAVSEA Drawing 302-5792287A, assembly 502 as modified by NAVSEA Drawing 415-7285181A assembly 502 mod 2 and modification note 21 (eliminates the leak detector and extension wiring pieces 19, 20 and 23 of drawing 5792287A). Observe applicable general notes of drawings. Mold with 50 feet of type LSSHOF-3 cable. (cable type is changed by modification note 10 of dwg 7285181A) per leg and leave other end unterminated. Mold IAW NAVSEA Molding Manual S9320-AM-PRO-020. The requirement for non-conductive coating (NCC) has been eliminated per note on dwg 5792287A Section B-B. Offeror must furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government. (See section 6.3 of MIL-DTL-24231). Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Offeror may utilize a vendor who can provide, with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 Table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies.
Ref 82214017
0005 Data - Data Requirements Exh "A" Seq A001 - Certificate of Compliance, DI-MISC-81356A, to provide the Government with notification that an approved Vendor was used for plasma spray IAW S9320-AM-PRO-030 for items 0001 and 0002. This need to be performed on each cable for items 0001-0002 and supplied with that cable.
Data Requirements Exh "A" Seq A002 - CDRL DI-NDTI-80809B Testing / Inspection results. Vendor shall submit results of conformance tests performed in Table 1 of MIL-DTL-24231E (SH) dtd 26 April 2013 Table 1 conformance type 1. This need to be performed on each cable for items 0003-0005 and supplied with that cable.
52.204-7 System for Award Management
52.204-13, SAM Maintenance
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation
52.211-6 Brand Name or Equal To
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
52.222-22 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, 52.219-28 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 September 14, 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.