Maine Bids > Bid Detail

Shipping Containers, Polystyrene Foam, 540 EA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159650906421553
Posted Date: Dec 20, 2022
Due Date: Jan 6, 2023
Solicitation No: SPMYM323Q3103
Source: https://sam.gov/opp/938a321090...
Follow
Shipping Containers, Polystyrene Foam, 540 EA
Active
Contract Opportunity
Notice ID
SPMYM323Q3103
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA MARITIME
Sub Command
DLA MARITIME SHIPYARDS
Office
DLA MARITIME - PORTSMOUTH
Looking for contract opportunity help?

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.

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 20, 2022 04:21 pm EST
  • Original Date Offers Due: Jan 06, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 326140 - Polystyrene Foam Product Manufacturing
  • 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 12.6, 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM323Q3103. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08 and DFARS Change Notice 2022-1219. 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.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html.





The FSC Code is 8145 and the NAICS code is 326140 and the Small Business Standard is 1000. This is a Total Small Business Set Aside solicitation.







Evaluation criteria is Lowest Price Technically Acceptable (LPTA). SPRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.





This requirement is a {SOLE SOURCED, BRAND NAME MANDATORY, Unrestricted, Small Business Set Aside} solicitation to the Original Equipment Manufacturer (Manufacturer) due to REASON. Quotations received that represent a different manufacturer will not be considered for award.





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:





0001 Shipping Containers, Polystyrene Foam, 540 each



P/N 7634131, per drawing.





Drawing can be provided, with Signed Security Agreement (attached to SAM.gov), and Approved DD2345, via secure link or mail.











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:





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 (P) and clauses are applicable to this procurement:







52.204-7, System for Award Maintenance



52.204-9, Personal Identity Verification of Contractor Personnel



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-13, SAM Maintenance



52.204-19, Incorporation by Reference of Representations and Certifications



52.204-24* See Attachment for this provision



52.204-25* See Attachment for this clause



52.204-26* See Attachment for this provision



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



52.222-22, 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



52.232-39, Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



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



52.233-3, Protest After Award



52.233-4, Applicable Law for Breach of Contract Claim





52.204-10



Reporting Executive Compensation



52.209-6



Protecting the Government's Interest



52.219-6



Notice of Total Small Business Set-Aside



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



52.222-36



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



52.223-21



Foams



52.225-1



Buy American-Supplies



52.225-13



Restriction on Certain Foreign Purchases



52.232-33



Payment by EFT-SAM



52.232-36



Payment by Third Party









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



252.204-7011 Alternative Line Item Structure



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.



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



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 Act, Balance of Payments



252.225-7002, Qualifying Country Sources as Subcontractors



252.225-7021, Trade Agreements



252.225-7036, Buy American Free Trade Agreements



252.225-7048, Export Controlled Items



252.225-7012, Preference for Certain Commodities



252.232-7003, Electronic Submission of Payment Requests



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



252.247-7023, 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)



5452.233-9001, 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)



G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017)



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)



L12 Combined Historically Unde rutilized Business Zone (HUBZone)/Small Business Set-Aside Instructions – Type 1 (AUG 2017)



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 at 03:00 PM EST local time on 6 January 2023. POC for this solicitation is Emily Bateman who can be reached by email (below).





METHOD OF SUBMISSION: Offers shall be emailed.



Please submit quotations via email at Emily.bateman@dla.mil



Quotes also to: DLA-KME-QUOTATIONS@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.





All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, 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 ********






Attachments/Links
Attachments
Document File Size Access Updated Date
23Q3103 Clauses - Full Text.docx (opens in new window)
58 KB
Public
Dec 20, 2022
23Q3103 Security Agreement For NNPI.docx (opens in new window)
14 KB
Public
Dec 20, 2022
23Q3103 RFQ.docx (opens in new window)
45 KB
Public
Dec 20, 2022
file uploads

Contact Information
Contracting Office Address
  • CONTRACTING DIVISION (DLA-KME)
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 20, 2022 04:21 pm ESTCombined 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.

Start Free Trial Today >