Maine Bids > Bid Detail

Long Positioning Cable Assembly

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159374162757032
Posted Date: Jan 23, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/dcf29ca5f3...
Follow
Long Positioning Cable Assembly
Active
Contract Opportunity
Notice ID
SPMYM324Q9002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA MARITIME
Sub Command
DLA MARITIME SHIPYARDS
Office
DLA MARITIME - PORTSMOUTH
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 23, 2024 08:31 am EST
  • Original Published Date: Oct 20, 2023 02:32 pm EDT
  • Updated Date Offers Due: Feb 02, 2024 12:00 pm EST
  • Original Date Offers Due: Nov 03, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 02, 2025
  • Original Inactive Date: Nov 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 334417 - Electronic Connector Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description View Changes

Long Positioning Cable Assembly



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, 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 SPMYM324Q9002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-02 Effective January 22, 2024, and DFARS Publication Notice 20231222. 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 5995 and the NAICS code is 334417. This requirement is being processed utilizing a 100% Small Business Set-Aside. The Small Business Standard is 1,000.



Solicitation closes on Friday, February 02, 2024, at 12:00pm est.



***



Evaluation criteria is Lowest Price Technically Acceptable (LPTA) and “All or None”. If no offers are received which meet or exceed the Government’s RDD provided below, award may proceed to the LPTA offeror, and may be made based on soonest delivery. PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.



Government RDD: 04/26/2024



Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable.



The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:



ITEM DESCRIPTION QTY U/I Unit Price Total Price



CLIN 0001: Long Positioning Cable Assembly 1 EA ________ _________



LONG POSITIONING CABLE ASSEMBLY, ASSEMBLY A108 OF DWG 752-7068433/XJ. (ASSEMBLY CONSISTS OF PCS 53, 68, 403, 404, 125, 504, 213, 278, 297, 391, 392, 393, 394, & 395). PC -504 terminal to be manufactured to DWG H8320399A109-6.



DRAWINGS TO BE PROVIDED SEPARATELY UPON REQUEST AND RECEIPT OF A VALID DD FORM 2345 AND SIGNED SECURITY AGREEMENT.



If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.



NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-25, 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



52.204-7, System for Award Maintenance



52.204-9, Personal Identity Verification of Contractor Personnel



52.204-13, SAM Maintenance



52.204-19, Incorporation by Reference of Representations and Certifications



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 (Jun 2023)



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;



52.212-3, Offeror Reps and Certs



52.212-4, Contract Terms and Conditions – Commercial Items



52.219-1, Alt 1 Small Business Program Representations



52.222-22, Previous Contracts & Compliance Reports



52.222-25, Affirmative Action Compliance



52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation



52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs



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



52.247-34, 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



52.204-27, Prohibition on a ByteDance Covered Application



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



52.222-21, Prohibition of Segregated Facilities



52.222-26, Equal Opportunity



52.222-36, Equal Opportunity for Workers with Disabilities



52.222-50, Combating Trafficking in Persons



52.223-11, Ozone Depleting Substances



52.223-18, Encouraging Contractors to Ban Text Messaging While Driving



52.225-13, Restriction on Certain Foreign Purchases



52.225-3, Buy American-Free Trade Agreements



52.232-33, Payment by EFT-SAM



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



252.204-7012, 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



252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability



252.211-7003, Item Unique Identification and Valuation



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.



252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.



252.223-7008, Prohibition of Hexavalent Chromium



252.225-7001 Buy American and Balance of Payments



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7048, Export Controlled Items



252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation



252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region



252.231-7000, Supplemental Cost Principles.



252.225-7012, Preference for Certain Commodities



252.232-7006, Wide Area Workflow Payment Instructions



252.232-7010, Levies on Contract Payments



252.243-7001, Pricing of Contract Modifications



252.243-7002, Requests for Equitable Adjustment



252.244-7000, Subcontracts for Commercial Items



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 (SEP 2016)



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



L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR



2018)



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 D2.2: 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 its ALT I if not updated in SAM.



This announcement will close on Friday, February 02, 2024, at 12:00pm est. The Point of Contact for this solicitation is Tasha Dooley who can be reached at tasha.dooley@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 bids via email at tasha.dooley@dla.mil and 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, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). 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.



**********************************************END OF COMBINED SYNOPSIS/SOLICITATION**********************************************



**********



Amendment 01, dated 11/03/2023: SPMYM324Q9002 has been extended. Closing date is 11/17/2023 at 12:00PM EST.



**********



Amendment 02, dated 11/15/2023: SPMYM324Q9002 has been extended. Closing date is 11/24/2023 at 12:00PM EST.



**********



Amendment 03, dated 01/23/2024:



CLIN 0001 of this solicitation is changed to include PC -504 terminal to be manufactured to DWG H8320399A109-6.



Closing date of the solicitation is extended until 02/02/2024.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CONTRACTING DIVISION (DLA-KME)
  • 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 >