Maine Bids > Bid Detail

GASKET, HANSOME ENERGY SYSTEMS, INC. P/N HAN4996-1

Agency:
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159671266309563
Posted Date: Feb 23, 2024
Due Date: Mar 25, 2024
Source: https://sam.gov/opp/6f7272f095...
Follow
GASKET, HANSOME ENERGY SYSTEMS, INC. P/N HAN4996-1
Active
Contract Opportunity
Notice ID
SPMYM324Q6007
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: Feb 23, 2024 02:01 pm EST
  • Original Published Date: Jan 09, 2024 10:06 am EST
  • Updated Date Offers Due: Mar 25, 2024 03:00 pm EDT
  • Original Date Offers Due: Jan 23, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 25, 2025
  • Original Inactive Date: Jan 23, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5330 - PACKING AND GASKET MATERIALS
  • NAICS Code:
    • 339991 - Gasket, Packing, and Sealing Device Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description View Changes

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 FAR13, 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 SAM.gov. The RFQ number is (SPMYM324Q6007). This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 February 23, 2024, and DFARS Change Notice (20240215). 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 and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html.



The FSC Code is (5330) and the NAICS code is (33991). The Small Business Standard is (900). This requirement is being processed utilizing 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.





This requirement is brand name mandatory to (Hansome Energy Systems, INC P/N HAN4996-1) due to the material needing be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. These are direct replacement parts/components for existing equipment. These are proprietary parts. Quotations received that represent a different manufacturer will not be considered for award.



Interested parties must fill out SPMYM324Q6007 RFQ in the Attachment section to be considered for award.





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





CLIN 0001:





GASKET 50 FT



GASKET, HANSOME ENERGY SYSTEMS, INC.



P/N HAN4996-1





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





52.204-7, 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



52.204-29 FASCSA Representation* See Attachment for this provision



52.204-30 FASCSA* See Attachment for this clause



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





52.223-11



Ozone Depleting Substances





52.223-18



Encouraging Contractors to Ban Text Messaging While Driving





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 Antiterrorism Awareness Training for Contractors.



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.



252.204-7024 Notice on the Use of the Supplier Performance Risk System



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 Program



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.



252.232-7003, Electronic Submission of Payment Requests



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)





C01 Superseded Part Numbered Items (SEP 2016)



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)



L04 Offers for Part Numbered Items (SEP 2016)



L06 Agency Protests (DEC 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 D2.2: Marking of Shipments



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 (03/25/2024). The Point of Contact for this solicitation is (Jannell Moriarty) who can be reached at (jannell.moriarty@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 (jannell.moriarty@dla.mil).



Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL





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
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 >