This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 will be posted to BETA SAM at https://beta.sam.gov.
THE RFQ number is N5005420Q0160. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-07 and the DFARS Change notice PN 20200605. 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 the is address: https://www.acquisition.gov/.
The NAICS CODE is 332322 and the small business standard is 500 (# of employees).
The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the supplies that are identified in the attached Statement of Work (SOW). The Government intends to solicit and award on a Small Business Set-Aside in accordance with FAR part 19.
NOTE: Drawings referenced in the SOW may be accessed on the following link:
https://www.mscorphab.com/
Please submit the required Attachment E-Militarily Critical Technical Data Agreement (DD FORM 2345). Additionally, instructions for completing the DD FORM 2345 is attached in Attachment F-(DD 2345 Presentation). A completed and approved DD 2345 must be on file to receive copies of the drawings from the Technical Library.
Required Deliver Date (RDD): 10/15/2020
Delivery: DLA DISTRIBUTION NORFOLK, VA
ATTN: CODE N, HMSC HAB Program
1968 GILBERT STREET
BLDG. W148, DWY 12
PH: (757) 278-8385 or (757) 278-8324
NORFOLK, VA. 23511
Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Shipping term shall Shipping terms shall be FOB ORIGIN (Shipping Point). Vendor shall quote FOB Origin (Shipping Point) IAW FAR 52.247-30 F.O.B. Origin, Contractor’s Facility to be considered for this award.
System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/.
To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, or Excel spreadsheet. Quote must include price(s), FOB ORIGIN (Shipping Point), a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Responses to this solicitation are due by 1:00 pm EST on 17 Aug 2020. Email quotes to [email protected] and [email protected]. Quotes shall be valid for a minimum of sixty (60) calendar days.
QUESTIONS: Vendors may submit questions regarding clarification of solicitation requirements to D. Rae Struebing and Monica Hill-Turner by e-mail at [email protected] and [email protected] by 11 August 2020 at 1:00 p.m. EST. Any questions received after this date may not be answered.
The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):
52.203-13, Contractor Code of Business Ethics and Conduct
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representati
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
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)
52.212-2 Evaluation – Commercial Items.
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.
52.219-8, Utilization of Small Business Concerns
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-17, Nondisplacement of Qualified Workers
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations
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
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.240-22 Alternative Line Item Proposal
52.247-30 FOB Origin (Shipping Point) Contractor’s Facility
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
252.204-7004 Antiterrorism Awareness Training for Contractors.
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
252.211-7003 Item Unique Identification & Valuation NOT APPLICABLE TO CLIN 0001
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
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) - The entire Contract is Firm Fixed Price.
ATTACHMENT A-STATEMENT OF WORK
ATTACHMENT B-RFQ PRICING
ATTACHMENT C-LHD-1 USS WASP 512-8792452 VENT1-52 F
ATTACHMENT D-VENTILATION NOTES - OP -VT and VS Notes 11/28/2019 (VX NOTES 11-28-2019)
ATTACHMENT E-DD 2345
ATTACHMENT F-DD 2345 PRESENTATION
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 will be posted to BETA SAM at https://beta.sam.gov.
THE RFQ number is N5005420Q0160. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-07 and the DFARS Change notice PN 20200605. 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 the is address: https://www.acquisition.gov/.
The NAICS CODE is 332322 and the small business standard is 500 (# of employees).
The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the supplies that are identified in the attached Statement of Work (SOW). The Government intends to solicit and award on a Small Business Set-Aside in accordance with FAR part 19.
NOTE: Drawings referenced in the SOW may be accessed on the following link:
https://www.mscorphab.com/
Please submit the required Attachment E-Militarily Critical Technical Data Agreement (DD FORM 2345). Additionally, instructions for completing the DD FORM 2345 is attached in Attachment F-(DD 2345 Presentation). A completed and approved DD 2345 must be on file to receive copies of the drawings from the Technical Library.
Required Deliver Date (RDD): 10/15/2020
Delivery: DLA DISTRIBUTION NORFOLK, VA
ATTN: CODE N, HMSC HAB Program
1968 GILBERT STREET
BLDG. W148, DWY 12
PH: (757) 278-8385 or (757) 278-8324
NORFOLK, VA. 23511
Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Shipping term shall Shipping terms shall be FOB ORIGIN (Shipping Point). Vendor shall quote FOB Origin (Shipping Point) IAW FAR 52.247-30 F.O.B. Origin, Contractor’s Facility to be considered for this award.
System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/.
To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, or Excel spreadsheet. Quote must include price(s), FOB ORIGIN (Shipping Point), a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Responses to this solicitation are due by 1:00 pm EST on 17 Aug 2020. Email quotes to [email protected] and [email protected]. Quotes shall be valid for a minimum of sixty (60) calendar days.
QUESTIONS: Vendors may submit questions regarding clarification of solicitation requirements to D. Rae Struebing and Monica Hill-Turner by e-mail at [email protected] and [email protected] by 11 August 2020 at 1:00 p.m. EST. Any questions received after this date may not be answered.
The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):
52.203-13, Contractor Code of Business Ethics and Conduct
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representati
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
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)
52.212-2 Evaluation – Commercial Items.
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.
52.219-8, Utilization of Small Business Concerns
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-17, Nondisplacement of Qualified Workers
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations
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
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.240-22 Alternative Line Item Proposal
52.247-30 FOB Origin (Shipping Point) Contractor’s Facility
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
252.204-7004 Antiterrorism Awareness Training for Contractors.
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
252.211-7003 Item Unique Identification & Valuation NOT APPLICABLE TO CLIN 0001
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
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) - The entire Contract is Firm Fixed Price.
ATTACHMENT A-STATEMENT OF WORK
ATTACHMENT B-RFQ PRICING
ATTACHMENT C-LHD-1 USS WASP 512-8792452 VENT1-52 F
ATTACHMENT D-VENTILATION NOTES - OP -VT and VS Notes 11/28/2019 (VX NOTES 11-28-2019)
ATTACHMENT E-DD 2345
ATTACHMENT F-DD 2345 PRESENTATION