Socket Head Cap Screws, Socket Head Jacking Cap Screws, and Special Socket Head Cap Screws.
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159849333958017 |
Posted Date: | Aug 9, 2023 |
Due Date: | Aug 23, 2023 |
Solicitation No: | SPMYM323Q6021 |
Source: | https://sam.gov/opp/f142fe4ae2... |
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Aug 09, 2023 09:34 am EDT
- Original Date Offers Due: Aug 23, 2023 03:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Aug 23, 2024
-
Initiative:
- None
- 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 03904USA
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 SPMYM323Q6021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 June 2, 2023 and DFARS Change Notice 20230720. 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 5305 and the NAICS code is 332722. The Small Business Standard is 500. This requirement is being processed utilizing 100% Small Business Set Aside.
RFQ must be completed.
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.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
ITEM DESCRIPTION QTY U/I
0001 SOCKET HEAD CAP SCREW 20 EA
IAW ATTACHED RFQ SHEET
RFQ must be completed
0002 DATA REQUIREMENTS FOR 0001 1 EA
A001 EXHIBIT A, SEQ A001
SEE EXHIBIT “A” SEQ A001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)
A002 EXHIBIT A, SEQ A002
SEE EXHIBIT “A” SEQ A002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)
0003 SOCKET HEAD CAP SCREW 482 EA
SAME AS ITEM 0001.
RFQ must be completed
0004 DATA REQUIREMENTS FOR 0003 1 EA
B001 EXHIBIT B, SEQ B001
SEE EXHIBIT “B” SEQ B001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)
B002 EXHIBIT B, SEQ B002
SEE EXHIBIT “B” SEQ B002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)
0005 SOCKET HEAD CAP SCREW 68 EA
ATTACHED RFQ SHEET
RFQ must be completed
0006 DATA REQUIREMENTS FOR 0005 1 EA
C001 EXHIBIT C, SEQ C001
SEE EXHIBIT “C” SEQ C001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)
C002 EXHIBIT C, SEQ C002
SEE EXHIBIT “C” SEQ C002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)
0007 SOCKET HEAD JACKING CAP SCREW 4 EA
IAW ATTACHED RFQ SHEET
RFQ must be completed
0008 DATA REQUIREMENTS FOR 0007 1 EA
D001 EXHIBIT D, SEQ D001
SEE EXHIBIT “D” SEQ D001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)
D002 EXHIBIT D, SEQ D002
SEE EXHIBIT “D” SEQ D002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)
0009 SPECIAL SOCKET HEAD CAP SCREW 6 EA
IAW ATTACHED RFQ SHEET
RFQ must be completed
0010 DATA REQUIREMENTS FOR 0009 1 EA
E001 EXHIBIT E, SEQ E001
SEE EXHIBIT “E” SEQ E001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)
E002 EXHIBIT E, SEQ E002
SEE EXHIBIT “E” SEQ E002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)
*NOTE: Drawings to be provided separately upon request and receipt of a valid DD Form 2345 and signed security agreement.
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
52.204-13, 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
52.242-15 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
52.222-36
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
52.232-33
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
252.204-7008 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
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7036 __ Basic, _X_ Alt I, __Alt IV, Buy American Free Trade Agreements
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
252.244-7000, 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 (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)
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)
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 C501: Correction of Certifications
YM3 C524: Controlled Industrial Material
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 H500: Special Provisions for Threaded Products
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 08/23/2023. 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/SOLICITAT
- CONTRACTING DIVISION (DLA-KME)
- PORTSMOUTH , NH 03801-5000
- USA
- Jannell Moriarty
- jannell.moriarty@dla.mil
- Phone Number 2074386395
- DLA-KME EMAIL BOX
- DLA-KME-QUOTATIONS@DLA.MIL
- Aug 09, 2023 09:34 am EDTCombined 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.