Steel Shore Assembly
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 SPMYM325Q9018. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 June 11, 2025, and DFARS Publication Notice 20250117. 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 5410 and the NAICS code is 332312. This requirement is being processed as a micro-purchase. The Small Business Standard is 500.
Solicitation closes on Friday, July 18, 2025, at 12:00pm est.
***
Evaluation criteria is Lowest Price Technically Acceptable (LPTA) and “All or None”. If no offers are received which meet or exceed the Government’s RDD provided below, award may proceed to the LPTA offeror and may be made based on soonest delivery. PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.
Government RDD: 08/272025
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. Place of Manufacture / Country of Origin Required.
Quotes must be e-mailed to tasha.dooley@dla.mil and also DLA-KME-QUOTATIONS@DLA.MIL
Your Company Info:
Phone:
Email:
Cage Code:
**Note: Vendor shall list the country of origin for each line item
SHIP TO:
Portsmouth Naval Shipyard
Receiving Officer
BLDG 170
Kittery, ME 03904
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
ITEM DESCRIPTION QTY U/I Unit Price Total Price
0001 STEEL SHORE ASSEMBLY 30 EA ___________ ____________
HEAVY DUTY LIFTING STEEL SHORE ASSEMBLY: ASSEMBLY IS MADE OF 1 EA STEEL SHORE ELLIS MANUFACTURING P/N: STL-19HD AND 1 EACH CUSTOM TOP PLATE. WORKING RANGE 26-32”, 48,000 LB CAPACITY. CUSTOM TOP PLATE 12” X 12” X 3/4” TH W/ 11/16 X 7/8” SLOTTED HOLES 8-1/4” ON CENTER EACH DIRECTION PER STEEL PLATE DRAWING AND DRAWING PS-29571 REV B SHEET 5-2.
*Brand Name Mandatory to Manufacturer, Ellis Manufacturing Co., Inc.
(Cage 0XMC1). Address: 4803 N Cooper Ave. Oklahoma City, OK 73118.
DRAWINGS TO BE PROVIDED SEPARATELY UPON REQUEST AND RECEIPT OF A VALID DD FORM 2345 AND SIGNED SECURITY AGREEMENT.
If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.
NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-25, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.
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
52.223-22, 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
52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.219-33 Nonmanufacturer Rule
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-36 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
52.223-23 Sustainable Products and Services (MAR 2025) (Deviation 2025-O00004)
52.225-3 Buy American-Free 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
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013)
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 *See Attachment
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
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.
252.232-7006, 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 (SEP 2016)
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
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations
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 (Commercially Packaged Items)
YM3 D8: Prohibited Packing Materials
YM3 E2: Inspection and Acceptance (Destination)
YM3 E504: Notice of Constructive Acceptance Period
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 its ALT I if not updated in SAM.
This announcement will close on Friday, July 18, 2025, at 12:00pm est. The Point of Contact for this solicitation is Tasha Dooley who can be reached at tasha.dooley@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 bids via email at tasha.dooley@dla.mil and 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, and SAM.Gov Unique Entity ID and Cage. 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 ********