Maine Bids > Bid Detail

Bulk Self-Locking Capscrews Requirement for PNSY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159651555218118
Posted Date: Dec 19, 2022
Due Date: Jan 1, 2023
Solicitation No: N3904023Q0033
Source: https://sam.gov/opp/b45369f0a2...
Follow
Bulk Self-Locking Capscrews Requirement for PNSY
Active
Contract Opportunity
Notice ID
N3904023Q0033
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?

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 19, 2022 02:31 pm EST
  • Original Date Offers Due: Jan 01, 2023 11:59 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5305 - SCREWS
  • NAICS Code:
    • 332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing
  • Place of Performance:
    Kittery , ME 03801
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 Governmentwide Point of Entry (GPE) https://sam.gov. The Request for Quotation (RFQ) number is N3904023Q0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08 and DFARS Change Notice 2022-1028. 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 and https://www.acq.osd.mil/dpap/dars/change_notices.html.







The North American Industry Classification System (NAICS) is 332722. The small Business Size Standard is 500 employees. This solicitation is a Small Business Set Aside requirement.







This requirement is for a firm fixed price contract for the supply of Bulk Self-Locking Capscrew Fasteners for Portsmouth Naval Shipyard - Kittery, ME. This requirement has a required delivery date of March 10, 2023.





See attached Request for Quotation (RFQ) sheet as well as the following attachments for details of the requirement.





ATTACHMENTS INCLUDED:




  • “RFQ N3904023Q0001”

  • For RFQ ITEM 0001:

    • “Attachment 1”, “Exhibit A” and “Attachment 1 to Exhibit A”



  • For RFQ ITEM 0003:

    • “Attachment 2”, “Exhibit B” and “Attachment 1 to Exhibit B” ​​​​



  • For RFQ ITEM 0005:

    • “Attachment 3”, “Exhibit C” and “Attachment 1 to Exhibit C”











CLAUSES:



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:





52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation



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



52.204-16 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



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation



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



52.212-3 Offeror Representations and Certifications--Commercial Items



52.212-4 Contract Terms and Conditions--Commercial Items



52.215-5 Facsimile Proposals



52.216-1 Type of Contract: Firm Fixed Price



52.219-1 Small Business Program Representations



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



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.



52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving



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



Certain Foreign Purchases



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



52.232-36 Payment by Third Party



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



52.246-2 Inspection of Supplies-Fixed-Price



52.246-16 Responsibility for Supplies



52.246-17 Warranty of Supplies of a Noncomplex Nature



52.247-34 F.O.B. Destination



52.252-1 Solicitation Provisions Incorporated By Reference



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-H017 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA)(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-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)



C-246-H001 EXTENSION OF COMMERCIAL WARRANTY



C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)



D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)



E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)



F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY



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-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)



G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)



G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)







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



252.204-7006 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



252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System



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



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7008 Restriction on Acquisition of Specialty Metals



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



252.247-7023 Transportation of Supplies by Sea







52.211-16 Variation in Quantity (APR 1984)





(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause.





(b) The permissible variation shall be limited to:



10% Percent increase



10% Percent decrease



This increase or decrease shall apply to CLINs 0001, 0003, 0005.





(End of clause)







52.212-2, Evaluation - Commercial Items is applicable to this procurement. (May 2022)





Award will be based upon best value to the Government. These factors include technical acceptability, adherence to schedule, and price.





Evaluation: The Government intends to make a single firm fixed price award to satisfy this requirement. Award will be made on the initial evaluation of quotes received in response to this RFQ. Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. The following factors will be used to evaluate quotes:





- Technical Acceptability (Must meet specifications and document capabilities)



- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)



- 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 PWS.





Technical Evaluation Ratings



Rating



Description



Acceptable



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.





Schedule:



Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.





Price:



All quotes must be the Contractor’s Best Pricing. The Government intends to evaluate quotes and award a contract without discussions. The vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary and in the best interest to the Government. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. Quotes shall provide pricing for each Contract Line Item Number (CLIN) with exception to CLINS that are not separately priced (NSP).





Past Performance:



PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.





INDUSTRY Q&A: All questions must be submitted no later than December 27, 2022 at 4:00 pm EST. Questions submitted after December 27, 2022 at 4:00 pm EST may not receive a response. The Q&A responses shall be posted to this posting as an Amendment.





This announcement will close at 11:59 AM ET local time on January 1, 2023. Contact Audrey Sciandra by email at audrey.l.sciandra.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
Attachments
file uploads

Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 19, 2022 02:31 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 >