Federal Bid

Last Updated on 22 Sep 2020 at 12 PM
Combined Synopsis/Solicitation
San diego California

Topside Chlorinators

Solicitation ID SPMYM3-20-Q-3050
Posted Date 22 Sep 2020 at 12 PM
Archive Date 10 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Maritime - Portsmouth
Agency Department Of Defense
Location San diego California United states 92106

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures 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 BETASAM.  The RFQ number is SPMYM3-20-Q-3050. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 (Effective August 31, 2020) and DFARS Change Notice 20200831. 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.ecfr.gov.  The FSC Code is 4320 and the NAICS code is 333318. The Small Business Standard is 1000 Employees. This requirement is being processed utilizing full and open competition after exclusion of sources.

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 IS RESTRICTED TO LEIDOS IAW THE ATTACHED J&A. OFFERS FOR OTHER THAN LEIDOS WILL NOT BE ACCEPTED***

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

0001: Submarine Chlorination Unit, AN/TSQ-218 (MOD 1), Leidos P/N AJXGCI-F-97127XXXXX. Quantity of 2 Each.

FAR CLAUSES AND PROVISIONS

52.202-1, Definitions

52.203-3, Gratuities

52.204-7, System for Award Maintenance

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24* See Attachment for this clause

52.204-25*See Attachment for this clause

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;

52.212-3, Offeror Reps and Certs

52.212-4, Contract Terms and Conditions – Commercial Items

52.216-1, Type of Contract (FFP)

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 Relation to Iran-Reps and Certs

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-2 Service of Protest

52.242-13 Bankruptcy

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.247-32, F.O.B—Origin, Freight Prepaid

52.247-34, FOB Destination

52.252-1 Solicitation Provisions Incorporated by Reference

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:

52.203-6 with Alt 1, 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,

52.219-4 Notice of Price Evaluation Preference for HUBZone or SB Concerns,

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,

52.222-37 Employment Reports on Disabled Veterans,

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

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

252.204-7004, System for Award Management

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

252.204-7016, * See Attachment for this clause.

252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.

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

252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.

252.225-7048, Export Controlled Items

52.225-7012, Preference for Certain Commodities

252.225-7021 Trade Agreements

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

252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System

252.246-7008, Sources of Electronic Parts

252.247-7023, Transportation of Supplies By Sea

Note: Buy American Act-Balance of Payments Program Applies and the vendor shall list the country of origin for each item.  Trade Agreements Apply and the vendor shall list the country of origin for each line item.

DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)
 

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

DLA PROCUREMENT NOTES (See Attachment for Full Text)

C01 Superseded Part Numbered Items (SEP 2016)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016)

C04 Unused Former Government Surplus Property (DEC 2016)

C07 Warstopper Material Program Buffer Availability

C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)

C20 Vendor Shipment Module (VSM) (AUG 2017)

E05 Product Verification Testing (JUN 2018)

E07 Evaluation Factor for Origin Inspection (JAN 2018)

H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

L04 Offers for Part Numbered Items (SEP 2016)

L06 Agency Protests (DEC 2016)

L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR

2018)

L09 Reverse Auction (OCT 2016)

L10 Competing Individual Delivery Orders Through Reverse Auctions (OCT 2016)

L11 Small Business Program Representations (AUG 2017)

L31 Additive Manufacturing (JUN 2018)

M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)

M06 Evaluation of Offers for Part Numbered Items (SEP 2016)

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 M8: Single Award for All Items

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 12:00PM EST on Friday, September 25, 2020.  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 email at [email protected].

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size. 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 04 Sep 2020 at 1 PM
Location Unknown 03 Aug 2018 at 12 PM
New orleans Louisiana 03 Feb 2010 at 8 PM
Location Unknown 23 Aug 2010 at 2 PM