Federal Bid

Last Updated on 13 Jul 2020 at 11 AM
Combined Synopsis/Solicitation
Norfolk Virginia

USS MAHAN (DDG-72) PORT/STBD SLIDING PADEYES

Solicitation ID N5005420Q0157
Posted Date 13 Jul 2020 at 11 AM
Archive Date 01 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Mid Atlantic Reg Maint Ctr
Agency Department Of Defense
Location Norfolk Virginia United states 23511

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

Bid Protests Not Available

Similar Past Bids

San diego California 14 Sep 2018 at 5 PM
San diego California 14 Jan 2019 at 9 PM
San diego California 17 Aug 2021 at 7 PM
San diego California 12 May 2021 at 5 PM

Similar Opportunities

Washington navy yard District of columbia 26 Aug 2025 at 6 PM