This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 13, using Simplified Acquisition Procedures. 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 (https://www.beta.sam.gov/).
The RFQ number is N5005420Q0157. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Change Notice 20200324. 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: http://www.acquisition.gov/.
The NAICS code is 332999 and the Small Business Standard is 750 employees.
The Government intends to solicit and contract with only one source, The Entwistle Company., for Tilting Sliding Padeye Model T-12A under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement and submit quotes. This notice of intent is not a request for competitive quotes. Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the parts that are identified in the attached Statement of Work (SOW).
Required Delivery Date (RDD): November 11, 2020
Delivery Location:
DLA Distribution Norfolk RMC Proj
Bunker Hill Towaway Bldg. X136
Norfolk, Virginia 23511
Shipping terms shall be FOB Destination, therefore, quote shall include shipping cost.
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 on-line at http://www.sam.gov/.
All quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB destination, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 10:00AM EST on July 17, 2020. Offers shall be emailed to [email protected].
Quotes shall be valid for sixty (60) days (at minimum).
The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
(Jul 2018)
52.240-22 Alternative Line Item Proposal
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
under any Federal Law
52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)
52.212-3 Offeror Representations and Certifications -- Commercial Items.
52.212-4 Contract Terms and Conditions -- Commercial Items.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items.
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
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
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.222-22 Previous Contracts and Compliance Reports
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
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements 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
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country
that is a State Sponsor of Terrorism
252.211-7008 Use of Government-Assigned Serial Numbers
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past
Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American--Balance of Payments Program Certificate
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report
252.247-7023 Transportation of Supplies by Sea
Attachment I: Statement of Work
Attachment II: Technical Library Information Presentation
Attachment III: DD Form 2345