Maine Bids > Bid Detail

EB ELECTRODES

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159916307108206
Posted Date: Nov 7, 2023
Due Date: Nov 8, 2023
Source: https://sam.gov/opp/ad09fa3b18...
Follow
EB ELECTRODES
Active
Contract Opportunity
Notice ID
SPMYM324Q8007
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: Nov 07, 2023 11:51 am EST
  • Original Published Date: Nov 01, 2023 03:14 pm EDT
  • Updated Date Offers Due: Nov 08, 2023 11:59 pm EST
  • Original Date Offers Due: Nov 07, 2023 09:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 12, 2024
  • Original Inactive Date: Nov 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5977 - ELECTRICAL CONTACT BRUSHES AND ELECTRODES
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • 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 SAM.gov. The RFQ number is SPMYM324Q8007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-05 and DFARS Change Notice 20231025. 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 5977 and the NAICS code is 334512. The Small Business Standard is 750. This requirement is being processed utilizing Full and Open Competition.



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:



CLIN 0001: EB ELECTRODE (1/EA)



SEE ATTACHED 24Q8007 RFQ FOR DETAILS



CLIN 0002: EB ELECTRODE (1/EA)



SEE ATTACHED 24Q8007 RFQ FOR DETAILS



Evaluation: This requirement is urgent. Quotations should include best and fasted delivery schedule. Award decision may be made based on the fastest delivery date, rather than lowest price.



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.



Please submit quotations via email at Alyssa.Cardone-Ryer@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.





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 RFQ Attachment for this provision



52.204-26* See RFQ 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



52.219-1 Alt 1 Small Business Program Representations



52.222-22, Previous Contracts & Compliance Reports



52.222-25, Affirmative Action Compliance



52.223-3, Hazardous Material Identification and Material Safety Data (IF HAZ MATERIAL)



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



52.204-10 Reporting Executive Compensation



52.204-27 Prohibition on a ByteDance Covered Application



52.209-6 Protecting the Government's Interest



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



252.204-7004 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 RFQ 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



252.213-7000 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



252.225-7036 __ Basic, _X_ Alt I, __Alt IV, Buy American Free 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



252.231-7000, 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



252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System



252.246-7008, Sources of Electronic Parts



252.247-7023, Transportation of Supplies By Sea



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)



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)



M06 Evaluation of Offers for Part Numbered Items (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



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.



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.



This announcement will close Tuesday November 07, 2023 at 0900 EST. The Point of Contact for this solicitation is Alyssa Cardone-Ryer who can be reached at Alyssa.Cardone-Ryer@dla.mil. All responsible sources may submit a quote which shall be considered by the agency.


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

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 >