Maine Bids > Bid Detail

Manufacture Weld Qual Membranes for PNS

Agency:
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159149999304206
Posted Date: Dec 15, 2023
Due Date: Dec 28, 2023
Source: https://sam.gov/opp/01447453a7...
Follow
Manufacture Weld Qual Membranes for PNS
Active
Contract Opportunity
Notice ID
N3904024Q0043
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 15, 2023 10:24 am EST
  • Original Date Offers Due: Dec 28, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 on SAM.gov. The Request for Quotation (RFQ) number is N3904024Q0043. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-06 and DFARS Change notice 20230929. 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 these addresses:




  • https://www.acquisition.gov/browse/index/far

  • https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



The NAICS code is 332710 and the Small Business Standard is 500 employees.



This requirement is a Small Business Set Aside solicitation.



The Portsmouth Naval Shipyard requests responses from sources capable of providing the following (see attachments for details):



CLIN 0001 Weld Membrane PC 21 (100 EA, RF-3077 LIN 0005) in accordance with the Statement of Work (SOW), and Attachments 1 and 3.



CLIN 0002 Weld Membrane PC 22 (100 EA, RF-3077 LIN 0006) in accordance with the Statement of Work (SOW), and Attachments 2 and 3.



CLIN 0003 Contract Data Requirements List (CDRL) for Line Item 0001, in accordance with Exhibit A (Seq A001-A005).



CLIN 0004 Contract Data Requirements List (CDRL) for Line Item 0002, in accordance with Exhibit B (Seq A001-A005).



See attached Request for Quotation (RFQ) sheet for details.




  • Place of Delivery is: Portsmouth Naval Shipyard, Kittery, ME.

  • Please Provide Soonest Delivery. Award may be made based on fastest delivery.

  • See Below , and Attached, for Detailed Statement of Work and Applicable Clauses.

  • For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive.

  • PPIRS/CPARS information will be utilized to evaluate Past Performance.

  • Award may be made on the basis of adherence to the schedule and/or soonest mobilization.

  • Please provide breakdown of total prices, if applicable, for Price Justification purposes.



Material to be provided in accordance with Attachments 1, 2, and 3, as well as Exhibits A and B.



Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:



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



52.204-16 Commercial and Government Entity Code Reporting



52.204-17 Ownership or Control of Offeror



52.204-18 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



52.204-22 Alternative Line Item Proposal



52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction



52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use



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 Item



52.212-3 Alt 1 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 Statuses or Execute Orders



52.219-1 Alt Small Business Program Representations



52.219-6 Notice of Total Small Business Set-Aside



52.219-8 Utilization of Small Business Concerns



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 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 Restrictions on Certain Foreign Purchases



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions



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



52.233-4 Applicable Law for Breach of Contract Claim



52.242-15 Stop-Work Order



52.242-17 Government Delay of Work



52.245-9 Use And Charges



52.246-1 Contractor Inspection Requirements



52.247-34 F.O.B. Destination



52.252-2 Clauses Incorporated By Reference



52.252-6 Authorized Deviations in Clauses



C-204-H001 use of navy support contractors for official contract files (Oct. 2018)



C-211-H018 approval by the government (navsea) (Jan. 2019)



C-223-H003 exclusion of mercury (navsea) (Mar. 2019)



C-223-N002 restrictions on use of yellow material (navsea) (Oct. 2018)



C-227-H006 Data Requirements (NAVSEA) (OCT 2018)



C-247-H001 permits and responsibilities (navsea) (Dec. 2018)



D-211-H002 Marking of Reports (navsea) (Oct. 2018)



D-247-H004 Marking of Packing List(s)—basic (navsea) (Oct. 2018)



D-247-W001 Prohibited Packing Materials (navsea) (Oct. 2018)



E-246-H013 inspection and acceptance of data (Oct. 2018)



E-246-H022 inspection and test records (navsea) (Oct. 2018)



E-246-W002 certificate of compliance (navsea) (Oct. 2018)



F-242-H001 contractor notice regarding late delivery



F-247-H001 delivery of data (navsea) (Oct. 2018)



F-247-N002 instructions for deliveries to the Portsmouth naval shipyard (navsea) (Oct. 2018)



G-242-H001 government contract administration points-of-contact and responsibilities (navsea) (Oct. 2018)



G-232-H002 payment instructions and contract type summary for payment office (navsea) (Jun. 2018)



G-232-H005 supplemental instructions regarding invoicing (navsea) (Jan. 2019)



G-242-H002 hours of operation and holiday schedule (navsea) (Oct. 2018)



Quoters shall include a completed copy of 52.212-3 and it’s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are:



252.203-7000 Requirements Relating to Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.204-7003 Control Of Government Personnel Work Product



252.204-7006 Billing Instructions



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



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.211-7007 Reporting of Government Furnished Property



252.211-7003 Item Unique Identification and Valuation



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7001 Buy American and Balance of Payments Program.



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7048 Export-Controlled Items



252.231-7000 Supplemental Cost Principles



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



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel



252.243-7001 Pricing of Contract Modifications.



252.244-7000 Subcontracts for Commercial Items



252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property



252.245-7002 Reporting Loss of Government Property



252.245-7003 Contractor Property Management System Administration



252.245-7004 Reporting, Reutilization, and Disposal



252.247-7023 Transportation of Supplies by Sea



52.212-2, Evaluation - Commercial Items is applicable to this procurement.



The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:



- Technical Acceptability (Must meet specifications and document capabilities)



- Price (Lowest Price Technically Acceptable, after adherence to other factors)



Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.



Technical:



Please provide documentation demonstrating your capabilities in fulfilling the SOW.



Technical Evaluation Ratings



Rating Description



Acceptability Submission clearly meets the minimum requirements of the solicitation



Unacceptable Submission does not clearly meet the minimum requirements of the solicitation



If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.



Price:



The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.



This announcement will close at 04:00 PM ET local time on 28 December 2023. Contact Chuck Chase who can be reached by email charles.e.chase23.civ@us.navy.mil.



METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.



System for Award Management (SAM): Vendors 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 include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.



******* End of Combined Synopsis/Solicitation ********




Attachments/Links
Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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.

Start Free Trial Today >