Cofferdams
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159085873355146 |
Posted Date: | Jul 6, 2023 |
Due Date: | Jul 17, 2023 |
Solicitation No: | SPMYM3-23-Q-3001 |
Source: | https://sam.gov/opp/f11c99fdd2... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Jul 06, 2023 02:09 pm EDT
- Original Published Date: Jun 16, 2023 12:08 pm EDT
- Updated Date Offers Due: Jul 17, 2023 03:00 pm EDT
- Original Date Offers Due: Jun 30, 2023 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 01, 2023
- Original Inactive Date: Jul 15, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
-
NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
-
Place of Performance:
Kittery , ME 03904USA
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 SPMYM3-23-Q-3001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 20230609. 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 5450 and the NAICS code is 237990. The Small Business Standard is 45 Million. This requirement is being processed utilizing a 100% Small Business set-aside.
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.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
CLIN 0001: Cofferdam Platform Assembly for the Portsmouth Naval Shipyard in Kittery, Maine. Assembly to be in accordance with the attached drawing and SOW. Quantity of 1 Assembly
CLIN 0002: Cofferdam Platform Assembly for the Norfolk Naval Shipyard in Norfolk, Virginia. Assembly to be in accordance with the attached drawing and SOW. Quantity of 1 Assembly
CLIN 0003: Cofferdam Platform Assembly for the Pearl Harbor Naval Shipyard in Pearl Harbor, Hawaii. Assembly to be in accordance with the attached drawing and SOW. Quantity of 1 Assembly
***FOR COPIES OF APPLICABLE DRAWINGS, PLEASE EMAIL RACHEL MCCLUSKEY AT RACHEL.MCCLUSKEY@DLA.MIL WITH A COPY OF THE ATTACHED SECURITY AGREEMENT COMPLETED ALONG WITH A COPY OF YOUR COMPLETED AND SIGNED DD FORM 2345.*** DRAWING REQUESTS MUST BE RECEIVED BY 4:00PM EST ON JULY 14, 2023.
NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH
THEIR OFFER.
A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:
(A) Small business;
(B) Service-disabled veteran-owned small business;
(C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB Program; or
(E) Historically underutilized business zone small business.
FAR CLAUSES AND PROVISIONS
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentialiity Agreements or Statements-Representation
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7, System for Award Maintenance
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, SAM Maintenance
52.204-16, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-20, Predecessor of Offeror
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-24* See Attachment for this provision
52.204-26* See Attachment for this provision
52.204-27 Prohibition on a ByteDance Covered Application
52.209-5, Certification Regarding Responsibility Matters
52.209-7, Information Regarding Responsibility Matters
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.212-1, Instructions to Offerors - Commercial Items;
52.212-2, Evaluation-Commercial Items
52.212-3, Offeror Reps and Certs
52.212-4, Contract Terms and Conditions – Commercial Items
52.216-1, Type of Contract
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
52.232-18, Availability of Funds
52.232-39, Unenforceability of Unauthorized Obligations
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
52.246-2, Inspection of Supplies-Fixed Price
52.247-34, F.O.B-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:
52.203-19, 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
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.203-6
Restrictions on Subcontractor Sales
52.204-10
Reporting Executive Compensation
52.209-6
Protecting the Government's Interest
52.209-9
Updates of Publicly Available Information
52.219-6
Notice of Total Small Business Set-Aside
52.219-8
Utilization of Small Business Concerns
52.219-14
Limitations on Subcontracting
52.219-28
Post-Award Small Business Program Representation
52.219-33
Nonmanufacturer Rule
52.222-3
Convict Labor
52.222-19
Child Labor
52.222-21
Prohibition of Segregated Facilities
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
52.222-50
Combating Trafficking in Persons
52.222-54
Employment Eligibility Verification
52.223-9
Estimate of Percentage of Recovered Material
52.223-11
Ozone Depleting Substances
52.223-18
Encouraging Contractors to Ban Text Messaging While Driving
52.225-5
Trade Agreements
52.225-13
Restriction on Certain Foreign Purchases
52.232-33
Payment by EFT-SAM
52.247-64
Preference for Privately Owned US-Flag Commercial Vessels
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
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
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 provision.
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.
252.204-7019, *See Attachment for this provision.
252.204-7020, NIST SP 800-171 DoD Assessment Requirements
252.204-7022, Expediting Contract Closeout
252.205-7000, Provision of Information to Cooperative Agreement Holders
252.209-7004, Subcontracting with Firms that are owned or controlled by the Government of a Country that is a State Sponsor of Terrorism
252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification and Valuation
252.211-7008, Use of Government-Assigned Serial Numbers
252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7001, Hazard Warning Labels
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7012 Preference for Certain Domestic Commodities.
252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program-Basic
252.225-7048, Export Controlled Items
252.225-7012, Preference for Certain Commodities
252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten
252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.232-7003, Electronic Submission of Payment Requests
252.231-7000, Supplemental Cost Principles.
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.232-7017, Accelerating Payments to Small Business SubContractors-Prohibition on Fees and Consideration.
252.243-7001, Pricing of Contract Modifications
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.246-7003, Notification of Potential Safety Issues
252.247-7022, Representation of Extent of Transportation by Sea
252.247-7023, Transportation of Supplies By Sea
Note: 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)
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 (MAR 2023)
C04 Unused Former Government Surplus Property (DEC 2016)
C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)
C20 Vendor Shipment Module (VSM) (AUG 2017)
E05 Product Verification Testing (JUN 2018)
H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)
L06 Agency Protests (DEC 2016)
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR
2018)
L09 Reverse Auction (OCT 2016)
L31 Additive Manufacturing (JUN 2018)
M05 Evaluation Factor for Unused Former Government Surplus Property (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 3:00PM EST on Monday, July 17, 2023. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at Rachel.mccluskey@dla.mil. 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 quotations via email at DLA-KME-QUOTATIONS@DLA.MIL
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
- CONTRACTING DIVISION (DLA-KME)
- PORTSMOUTH , NH 03801-5000
- USA
- Rachel McCluskey
- rachel.mccluskey@dla.mil
- Phone Number 2073617868
- Jul 06, 2023 02:09 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 27, 2023 02:09 pm EDT Combined Synopsis/Solicitation (Updated)
- Jun 16, 2023 12:08 pm EDT Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.