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 beta.SAM. The Request for Quotation (RFQ) number is N3904021Q0303. This solicitation
documents and incorporates provisions and clauses in eect 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.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
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 Technical Specification Attachment
*********************APPROVED VENDORS ONLY*****************************************
• 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 provision and clauses are
applicable to this procurement:
C-202-H001 Additional Definitions–Basic (Navsea) (Oct 2018)
C-204-H001 Use Of Navy Support Contractors For Oicial Contract Files (Navsea)(Oct 2018)
C-211-H018 Approval By The Government (Navsea) (Jan 2019)
C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019)
C-223-N002 Restrictions On Use of Yellow Material (NAVSEA) (Oct 2018)
C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018)
D-247-H002 Packaging Of Supplies—BASIC (NAVSEA) (Oct 2018)
D-247-H004 Marking And Packing List-Basic (Navsea) (Oct 2018)
D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018)
E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) (Oct 2018)
F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (NAVSEA) (Mar 2019)
G-232-H002 Payment Instructions And Contract Type Summary For Payment Oice (Navsea) (Jun 2018)
G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019)
G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018)
G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018)
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or
Statements – Representation
52.204-7, System for Award Management (July 2013)52.204-13, SAM Maintenance (July 2013)
52.204-16, Commercial and Government Entity Code Reporting
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013)
52.204-17, Ownership or Control of Oeror
52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)
52.204-20, Predecessor of Oeror
52.204-21, Basic Safeguard of Covered Contractor Information Systems (Jun 2016)
52.204-22, Alternative Line Item Proposal
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of
Equipment (Aug 2020)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment.
(AUG 2020)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
52.211-15, Defense Priority and Allocation Requirements
52.212-1, Instructions to Oerors - Commercial Items
52.212-2, Evaluation - Commercial Item (Jan 1999)
52.212-3, and its ALT I, Oeror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial
Items
52.219-28, 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, Airmative Action for Workers with Disabilities
52.222-50, Combating Traicking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
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 Aer Award
52.233-4, Applicable Law for Breach of Contract Claim
52.246-1, Contractor Inspection Requirements
52.252-2, Clauses Incorporated by Reference52.252-6, Authorized Deviations in Clauses
Oerors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and
certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional
contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Oicials (Sep 2011)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD oicials
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, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident
Information (April 1992)
DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)
DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (Nov 2020)
DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (Nov 2020)
DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
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)
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.244-7000, Subcontracts for Commercial Items
This announcement will close aT 11:59 AM ET local time on 23 September 2021. Please submit quotes to Robert G A Banks by
email to robert.g.banks1@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 ordered (including brand), business size under the NAICS Code, and payment
terms.
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, aer 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 ********