This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 on BetaSAM. The Request for Quotation (RFQ) number is N3904021Q0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-09 and DFARS Change Notice 2020-0929. 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 these addresses:
https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code is 313230 and the Small Business Standard is 1000 employees. This is a total small business set aside solicitation.
This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
0001 TAPE, INSULATION, ELECTRICAL - High Temperature, Glass fiber, Pressure Sensitive, Silicon Adhesive on one side 3 inches wide x 0.007 – 0.010 inches thick x 108 feet long, per MIL-I-19166C
In accordance with Attachment 1
• Place of Delivery: Portsmouth Naval Shipyard, Kittery, ME.
• Delivery: As soon as possible.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:
52.204-7, System for Award Management (July 2013)
52.204-13, SAM Maintenance (July 2013)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013)
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.211-5, Material Requirements
52.212-1, Instructions to Offerors - Commercial Items
52.212-2, Evaluation - Commercial Item (Jan 1999)
52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items
52.217-8, Option to Extend Services
52.219-28, Post Award Small Business Representation
52.222-19, Child Labor-Cooperation With Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012)
52.232-33, Payment by Electronic Funds Transfer – CCR
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.246-1, Contractor Inspection Requirements
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.203-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014)
DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015)
DFARS 252.204-7009, (April 1992)
DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)
DFARS 252.225-7048, Export Controlled Items (Jun 2013)
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)
This announcement will close at 02:00 PM ET local time on 12 November 2020. Contact Steven Carlberg who can be reached by email steven.carlberg@navy.mil.
METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms.
At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:
- Technical Acceptability (Must meet specifications and document capabilities)
- Price (Lowest Price Technically Acceptable, after adherence to other factors)
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.
Technical:
Please provide documentation demonstrating your capabilities in fulfilling the SOW.
Technical Evaluation Ratings
Rating
Description
Acceptable
Submission clearly meets the minimum requirements of the solicitation
Unacceptable
Submission does not clearly meet the minimum requirements of the solicitation
If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.
Price:
The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on soonest delivery.
******* End of Combined Synopsis/Solicitation ********