Maine Bids > Bid Detail

Armature Coils

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159693785708875
Posted Date: Nov 20, 2023
Due Date: Dec 8, 2023
Source: https://sam.gov/opp/9e0ad5f5dc...
Follow
Armature Coils
Active
Contract Opportunity
Notice ID
SPMYM324Q3002
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 20, 2023 02:32 pm EST
  • Original Date Offers Due: Dec 08, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5950 - COILS AND TRANSFORMERS
  • NAICS Code:
    • 335312 - Motor and Generator 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 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 SPMYM324Q3002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023019 and DFARS Change Notice 20231117. 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 5950 and the NAICS code is 335312. The Small Business Standard is 1250 Employees. This requirement is being processed utilizing a 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.





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





CLIN 0001: Complete set of Coils IAW with the attached DCMA Criteria, Drawings, and Classic Manufacturing Procedure. 1 set includes 160 top and 160 bottom coils. Quantity of Ten (10) Sets.





***Offerors wishing to receive a copy of the specifications/data package for this procurement are required to complete the attached security agreement and return it WITH a completed and signed copy of their DD Form 2345***





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



52.204-27 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



52.222-22, 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



52.233-2 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





52.204-10



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





52.222-3



Convict Labor





52.222-19



Child Labor





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





52.223-11



Ozone Depleting Substances





52.223-18



Encouraging Contractors to Ban Text Messaging While Driving





52.225-1



Buy American-Supplies





52.225-5



Trade Agreements





52.225-13



Restriction on Certain Foreign Purchases





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



252.204-7011 Alternative Line Item Structure



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



252.223-7006, 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



252.225-7012 Preference for Certain Domestic Commodities



252.225-7021 Trade Agreements



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



252.225-7048, Export Controlled Items



252.232-7003, Electronic Submission of Payment Requests



252.231-7000, Supplemental Cost Principles.



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



252.246-7008, Sources of Electronic Parts



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)



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 it’s ALT I if not updated in SAM.





This announcement will close December 8, 2023 at 15:00PM EST. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at Rachel.mccluskey@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 (Insert Email Address).



Quotes also to: 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.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIVISION (DLA-KME)
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 20, 2023 02:32 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 >