Federal Bid

Last Updated on 28 Oct 2019 at 5 PM
Combined Synopsis/Solicitation
Kittery Maine

Laminate Sheeting

Solicitation ID SPMYM320Q3003
Posted Date 28 Oct 2019 at 5 PM
Archive Date Not Specified
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 Kittery Maine United states 03904
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 SPMYM320Q3003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Change Notice 20191001. 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 this address: https://www.acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. The FSC Code is 9330 and the NAICS code is 326130. The Small Business Standard is 500 Employees. This requirement is being processed utilizing a 100% Small Business Set-Aside.

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.
Bid Protests Not Available

Similar Past Bids

Kittery Maine 10 Jan 2020 at 4 PM
Portsmouth Rhode island 21 Oct 2015 at 1 PM
Kittery Maine 08 Aug 2016 at 5 PM
Location Unknown 27 May 2016 at 12 PM
Kittery Maine 08 Aug 2016 at 5 PM

Similar Opportunities

Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Minneapolis Vermont 28 Jul 2025 at 6 PM
Ohio 17 Jul 2025 at 10 PM
Pennsylvania 14 Jul 2025 at 4 AM (estimated)