Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.
This requirement will be evaluated for split award. Please price your items accordingly. Freight must be included in the material cost. If freight is a separately priced item, your quotation may not be considered for award.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
0001: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48" x 96" x .05 +/- .005 thick. Pattern to be Wilson Art (Nepal Teak), # 7209-60 or equal to. Matte finish. Quantity of 8 Sheets.
0002: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48" x 96" x .05 +/- .005 thick. Pattern to be Wilson Art (Wild Cherry), # 7054-60 or equal to. Matte finish. Quantity of 8 Sheets.
0003: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48" x 96" x .05 +/- .005 thick. Pattern to be Wilson Art (Amber Cherry), # 7919-60 or equal to. Matte finish. Quantity of 4 Sheets.
0004: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48" x 96" x .05 +/- .005 thick. Pattern to be Wilson Art (White), # 1570-60 or equal to. Matte finish. Quantity of 12 Sheets.
0005: Arborite/Wilson Art Metalcore Decorative Laminate, #1570-958 White or Equal to, matte finish, alum thickness is 0.045" (+/-0.005") plastic laminate thickness is 0.015"t (+.-003"/-.002"). Bonded material shall meet MIL-P-17171 para 3.4 physical properties and para 4.3.1 fire performance, MIL-P-17171-E Type V, 0.060" Thickness x 48" x 96", per sq. ft. Quantity of 768 SF
0006: Arborite/Wilson Art Metalcore Decorative Laminate, #7209-958 Nepal Teak or Equal to, matte finish, alum thickness is 0.045" (+/-0.005") plastic laminate thickness is 0.015"t (+.-003"/-.002"). Bonded material shall meet MIL-P-17171 para 3.4 physical properties and para 4.3.1 fire performance, MIL-P-17171-E Type V, 0.060" Thickness x 48" x 96", per sq. ft. Quantity of 1920 SF
0007: Arborite/Wilson Art Metalcore Decorative Laminate, #7054-958 Wild Cherry or Equal to, matte finish, alum thickness is 0.045" (+/-0.005") plastic laminate thickness is 0.015"t (+.-003"/-.002"). Bonded material shall meet MIL-P-17171 para 3.4 physical properties and para 4.3.1 fire performance, MIL-P-17171-E Type V, 0.060" Thickness x 48" x 96", per sq. ft. Quantity of 384 SF
0008: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48" x 96" x .05 +/- .005 thick. Pattern to be Wilson Art (Wild Cherry), # 7054-60 or equal to. Matte finish. Quantity of 12 Sheets.
PLEASE QUOTE YOUR FASTEST DELIVERY
NOTE: IF OFFERING AN EQUAL TO ITEM, VENDOR SHALL SUPPLY A SAMPLE WITH QUOTE WITH MANUFACTURER SPECIFICATIONS FOR TECHNICAL COMPLIANCE AND COLOR/PATTERN.
***ALL LAMINATE SHEET TO BE PACKAGED FLAT ON A SKID AND NOT ROLLED OR RECEIVING WILL NOT BE ABLE TO ACCEPT THE SHIPMENT***
FAR CLAUSES AND PROVISIONS
52.202-1, Definitions
52.203-3, Gratuities
52.204-7, System for Award Maintenance
52.204-13, SAM Maintenance
52.209-5, Certification Regarding Responsibility Matters
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.212-1, Instructions to Offerors - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.O.B-Destination
52.252-2 Clauses Incorporated by Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract awards, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 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, 52.222-50 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, 52.232-33 Payment by Electronic Funds Transfer-SAM
DFARS CLAUSES AND PROVISIONS
252.203-7000 Requirements Relating to Compensation of Former DoD Officials,
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003. Control of Government Personnel Work Product
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.211-7003 Item Identification and Valuation
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
252.232-7003, Electronic Submission of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies By Sea
DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)
52.211-9000 Government Surplus Material
52.211-9011 Delivery Terms and Evaluation
52.211-9014 Contractor Retention of Traceability Documentation
52.211-9020 Time of Delivery-Accelerated Delivery
52.211-9023 Substitution of Item After Award
52.215-9023, Reverse Auction
52.219-9004, Small Business Program Representations
52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution
52.246-9039 Removal of Government Identification from Non Accepted Supplies
52.247-9012, Requirements for Treatment of Wood Packaging Material
LOCAL CLAUSES (See Attachment for Full Text):
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 the Portsmouth Naval Shipyard
YM3 M7: Evaluation of Quotations for Multiple Awards
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.
This announcement will close at 07:00AM EST on Friday, November 1, 2019. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email [email protected]. All responsible sources may submit a quote which shall be considered by the agency.
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.
Please submit bids via fax at: 207-438-2452, via email at [email protected] or through the mail to:
Rachel McCluskey Code 503.RM
Bldg 153, 6th Floor
Portsmouth Naval Shipyard
Kittery, Maine 03904
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.