***28 June 2024 Note:  This Solicitation amendment extends the response deadline to 12 July 2024 at 3pm EST.  All other Solicitation terms remain unchanged***
 
 
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 SPMYM324Q1114. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Change 20240530. 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 5950 and the NAICS code is 423610. The Small Business Standard is 200.  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. 
 
 
 
Offerors are required to submit descriptive literature to show how their quotation meets the required specifications.  Failure to provide this information may result in your quotation being determined technically unacceptable.
 
 
 The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
 
 
Note:  There are drawings associated with these items.  To obtain them, return a signed copy of the attached Security Agreement and your approved DD2345 to the Contract Specialist
 
 
CLIN 0001:  FWD CRADLE ASSEMBLY 002 OF DWG 7124606/E CONSISTS OF PCS 4
 
& 5. WELDING PROCEDURES TO BE IAW DWG- 7124606, NOTE-12 OR USE OF AN
 
EQUIVALENT INDUSTRY WELDING STANDARD IS AUTHORIZED BY C291.
 
 
CLIN 0002:  AFT CRADLE ASSEMBLY 003 OF DWG 7124606/E CONSISTS OF PCS 5
 
& 6. WELDING PROCEDURES TO BE IAW DWG- 7124606, NOTE-12 OR USE OF AN
 
EQUIVALENT INDUSTRY WELDING STANDARDS IS AUTHORIZED BY C291.
 
 
 
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
 
52.211-14, 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
 
 
52.204-30
 
FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition
 
 
52.209-6
 
Protecting the Government's Interest
 
 
52.219-6
 
Notice of Total Small Business Set-Aside
 
 
52.219-16
 
Liquidated Damages-Subcontracting Plan
 
 
52.219-28
 
Post-Award Small Business Program Representation
 
 
52.219-33
 
Nonmanufacturer Rule
 
 
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
 
 
52.225-1
 
Buy American-Supplies
 
 
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 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.
 
252.204-7019, *See Attachment for this provision. 
 
252.204-7020,  NIST SP 800-171 DoD Assessment Requirements
 
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)
 
 
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)
 
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.
 
 
This announcement will close 9 July 2024 at 3pm EST.  The Point of Contact for this solicitation is Stephen Smith who can be reached at Stephen.1.Smith@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 Stephen.1.Smith@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 ********