Federal Bid

Last Updated on 01 Mar 2019 at 3 PM
Combined Synopsis/Solicitation
Kittery Maine

Nomex Fabric

Solicitation ID SPMYM319Q3016
Posted Date 01 Mar 2019 at 3 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 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 SPMYM319Q3016. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 20190215. 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: http://farsite.hill.af.mil/ and https://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. The NAICS code is 313210 and the Small Business Standard is 1000 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 material is brand name mandatory to Nomex due to Naval Instruction.

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

0001: Curtain Cloth, 100% Nomex Aramid III, Flame Retardant, Machine Washable, Style 6500, 6 OZ., 60" Wide, IAW MIL-C-24500A TY-I and MIL-STD-1623E; Color to be Maroon.

***Please note, the Government only needs 500 yards of this material.  They are willing to accept greater quantities if sources have greater minimum requirements (up to 1000 yards), but please be advised that the requirement is being awarded using LPTA (Lowest Price Technically Acceptable).  LPTA will be applied to the overall price, not the unit price.

Offerors MAY be required to submit a material sample and should be prepared to provide one upon request.***

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

52.211-6, Brand Name or Equal

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: 52.203-6 Restrictions on Subcontractor sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-6, Notice of 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,  52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 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.  

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

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

252.204-7015, Disclosure of Information to Litigation Support Contractors

252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

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

252.225-7012, Preference for Certain Commodities

252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program

252.225-7031 Secondary Arab Boycott of Israel

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

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

52.233-9001, 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:

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 M8: Single Award for All Items

If you need a copy of these clauses, please contact Rachel McCluskey at [email protected]

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 09:00AM EST on Friday, March 8, 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.   

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.

Please submit bids via fax at: 207-438-1251, 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

Bremerton Washington 17 Mar 2011 at 7 PM
Location Unknown 09 Jan 2009 at 5 PM
Bremerton Washington 07 Jul 2014 at 7 PM
Trail Minnesota 11 Jul 2008 at 3 PM
Suffolk Virginia 28 Apr 2021 at 4 AM

Similar Opportunities

Columbus Ohio 15 Jul 2025 at 4 AM
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)