Federal Bid

Last Updated on 17 Feb 2021 at 10 PM
Combined Synopsis/Solicitation
San diego California

USS PINCKNEY (DDG-91) LLTM WATERTIGHT DOORS

Solicitation ID N5523621Q0089
Posted Date 17 Feb 2021 at 10 PM
Archive Date 10 Mar 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Southwest Regional Maint Center
Agency Department Of Defense
Location San diego California United states 92136

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The Request for Quotation (RFQ) N5523621Q0089 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 12 and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 332999 – All Other Miscellaneous Fabricated Metal Product Manufacturing.

This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2021-03 (Effective 16 February 2021) and DFARS Publication Notice 20210115.
 

DESCRIPTION: The requirement is for the following Long Lead Time Materials (LLTM):

DESCRIPTION

QTY

UNIT OF ISSUE

Door, Watertight, 40 Inches by 54 Inches, Right Hand, 10-Dog, CRES, Door No. (01-192-1)

1

EA

Door, Watertight, 26 Inches by 54 Inches, Right Hand, 8-Dog, CRES, Door No. (01-130-3), (01-156-1) and (01-248-1)

3

EA

Door, Watertight, 30 Inches by 66 Inches, Left Hand, 10-Dog, CRES, Door No. (02-252-2)

1

EA

Door, Watertight, 26 Inches by 66 Inches, Left Hand, 8-Dog, CRES, Door No. (01-176-2)

1

EA

Door, Watertight, 26 Inches by 36 Inches, Right Hand, 6-Dog, CRES, Door No. (05-163-2)

1

EA

Door, Watertight, 26 Inches by 36 Inches, Left Hand, 6 -Dog, CRES, Door No. (05-163-1)

1

EA

Door, Watertight, 26 Inches by 45 Inches, Left Hand, 8-Dog, CRES, Door No. (02-252-2)

1

EA

Door, Watertight, 26 Inches by 66 Inches, Right Hand, 8-Dog, CRES, Door No. (01-188-1) and (01-210-1)

2

EA

Door, Watertight, 26 Inches by 56 Inches, Left Hand, 10-Dog, CRES, Door No. (01-270-2)

1

EA

Include shipping charges in your quote, if applicable. References available upon request. This will be a firm-fixed-price (FFP) purchase order. Required Delivery Date (RDD): 01 September 2021.

The full text FAR and DFAR references may be accessed from https://acquisition.gov

Standard Commercial Warranties apply

A. FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors must comply with all instructions contained herein.

52.212-2 Evaluation Commercial Items, Evaluation – Commercial Items

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

                Price – The Government will award this requirement based on the lowest overall price of all items;

considered technically acceptable (LPTA)

B. 52.212-3 -- Offeror Representations and Certifications – Commercial Items. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration.  If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete).  Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award.

 C. FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items

APPLICABLE PROVISIONS AND CLAUSES:

The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.

The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and https://www.acquisition.gov/content/regulations, respectively.


The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and

                   Federal Law FEB 2016
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.217-8 Option to Extend Services Nov 1999

52.232-16 Progress Payments Jun 2020

52.232-16 Progress Payments, Alternate I Mar2000

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013

52.242-15 Stop-Work Order AUG 1989

52.242-17 Government Delay of Work APR 1984

52.246-2 Inspections of Supplies – Fixed Price AUG 1996

52.246-16 Responsibilities for Supplies APR 1984

52.252-2 Clauses incorporated by reference FEB 1998

52.252-6 Authorized Deviations in Clauses APR 1984
252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011

252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013

252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011

252.204-7000 Disclosure of Information OCT 2016

252.204-7003 Control of Government Work Product APR 1992

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

                        Information OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016

252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support MAY 2016

252.215-7007 Notice of Intent to Resolicit JUN 2012

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2018

252.223-7008 Prohibition of Hexavalent Chromium JUN 2013

252.225-7000 Buy American – Balance of Payments Program Certificate DEC 2017

252.225-7001 Buy American and Balance of Payment Program DEC 2017

252.225-7002 Qualifying Country Sources as Subcontractors DEC 2017

252.225-7048 Export Controlled Items JUN 2013

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2019

252.232-7006 Wide Area Work Flow Payment Instructions. DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006

252.232-7017 Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and

                      Consideration APR 2020

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013

252.244-7000 Subcontracts for Commercial Items JUN 2013

252.246-7003 Notification of Potential Safety Issues JUN 2013

252.247-7023 Transportation on Supplies by Sea APR 2014

52.212-1 Instructions to Offerors-Commercial Items ADDENDUM -- Submission Instructions.

(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 19 February 2021, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:

Southwest Regional Maintenance Center, (SWRMC)
Email: citing the solicitation number in the subject line - N5523621Q0089
Email Addresses: [email protected] and [email protected]  

All questions shall be received no later than 19 February 2021 at 11:00 AM (Pacific).

52.212-2 Evaluation -- Commercial Items (JAN 1999):
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

Evaluation Factors- The evaluation factors that will be used are:

  1. Technical Acceptability – Ability to meet the salient characteristics of the Product Description (PD)
  2.  Price – Lowest price technically acceptable (LPTA)
  3.  Past Performance

Price:      The Government will evaluate the overall total for base and four option years proposed price for

               reasonableness in accordance with FAR 13.106-3 (a)(1).

Past Performance:  The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Product Description, the source of the information, the context of the data and general trends in the offeror's performance, and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. Per DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.


52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2020)


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or

                 Proposed for Debarment
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313)
52.219-6 Notice of Total 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
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer- System for Award Management

The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.
C-202-H001 Additional Definitions – Basic OCT 2018

C-212-H002 Contractor Proposal NAVSEA OCT 2018

F-242-H001 Contractor Notice Regarding Late Delivery OCT 2018

G-232-H002 Payment Instructions and Contract Type Summary for Payment Office JUN 2018

G-232-H005 Supplemental Instructions Regarding Invoicing JAN 2019

G-242-H001 Government Contract Administration Points of Contact and Responsibilities OCT 2018

PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.

D-211-H005 Identification Marking of Parts – Alternative I OCT 2018

DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
SPECIAL CONTRACT REQUIREMENTS:

Please submit your quote via e-mail to Daniel Calleja, [email protected] (Primary) and Elisa Allison, [email protected] (secondary).

QUOTES must be received by the destination inbox no later than *23 February 2021, 11:00 AM (Pacific)* or they will not be considered for award.

Bid Protests Not Available

Similar Past Bids

San diego California 23 Feb 2021 at 9 PM
San diego California 12 Nov 2021 at 10 PM
San diego California 24 Mar 2021 at 9 PM
San diego California 16 Mar 2021 at 10 PM
San diego California 21 Feb 2025 at 7 PM

Similar Opportunities

Washington navy yard District of columbia 26 Aug 2025 at 6 PM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)