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 13.5, 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 SPMYM3-21-Q-3011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 (Effective July 12, 2021) and DFARS Change Notice 20210709. 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 8110 and the NAICS code is 332439. The Small Business Standard is 500 Employees. This requirement is being processed utilizing full and open competition. This requirement will have a HUBZone preference in accordance with FAR 52.219-4.
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.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
BASE YEAR
CLIN 0001: 1A1 Storage drums per attached SOW. Minimum of 350 a year up to a maximum of 650 a year.
CLIN 0002: 1A2 Storage drums per attached SOW. Minimum of 1,704 a year up to a maximum of 3,132.00 a year.
CLIN 0003: Pick up and Disposal of used drums per attached SOW. Please include these fees in the price of CLINS 0001 and 0002.
CLIN 0004: Trailer rental per the attached SOW. 3 Trailers to be rented for 12 months: Total Quantity of 36 Months.
POP: SEPTMBER 29, 2021-SEPTEMBER 28, 2022
OPTION YEAR ONE:
CLIN 1001: 1A1 Storage drums per attached SOW. Minimum of 350 a year up to a maximum of 650 a year.
CLIN 1002: 1A2 Storage drums per attached SOW. Minimum of 1,704 a year up to a maximum of 3,132.00 a year.
CLIN 1003: Pick up and Disposal of used drums per attached SOW. Please include these fees in the price of CLINS 0001 and 0002.
CLIN 1004: Trailer rental per the attached SOW. 3 Trailers to be rented for 12 months: Total Quantity of 36 Months.
POP: SEPTMBER 29, 2022-SEPTEMBER 28, 2023
OPTION YEAR TWO:
CLIN 2001: 1A1 Storage drums per attached SOW. Minimum of 350 a year up to a maximum of 650 a year.
CLIN 2002: 1A2 Storage drums per attached SOW. Minimum of 1,704 a year up to a maximum of 3,132.00 a year.
CLIN 2003: Pick up and Disposal of used drums per attached SOW. Please include these fees in the price of CLINS 0001 and 0002.
CLIN 2004: Trailer rental per the attached SOW. 3 Trailers to be rented for 12 months: Total Quantity of 36 Months.
POP: SEPTMBER 29, 2023-SEPTEMBER 28, 2024
OPTION YEAR THREE:
CLIN 3001: 1A1 Storage drums per attached SOW. Minimum of 350 a year up to a maximum of 650 a year.
CLIN 3002: 1A2 Storage drums per attached SOW. Minimum of 1,704 a year up to a maximum of 3,132.00 a year.
CLIN 3003: Pick up and Disposal of used drums per attached SOW. Please include these fees in the price of CLINS 0001 and 0002.
CLIN 3004: Trailer rental per the attached SOW. 3 Trailers to be rented for 12 months: Total Quantity of 36 Months.
POP: SEPTMBER 29, 2024-SEPTEMBER 28, 2025
OPTION YEAR FOUR:
CLIN 4001: 1A1 Storage drums per attached SOW. Minimum of 350 a year up to a maximum of 650 a year.
CLIN 4002: 1A2 Storage drums per attached SOW. Minimum of 1,704 a year up to a maximum of 3,132.00 a year.
CLIN 4003: Pick up and Disposal of used drums per attached SOW. Please include these fees in the price of CLINS 0001 and 0002.
CLIN 4004: Trailer rental per the attached SOW. 3 Trailers to be rented for 12 months: Total Quantity of 36 Months.
POP: SEPTMBER 29, 2025-SEPTEMBER 28, 2026
FAR CLAUSES AND PROVISIONS
52.202-1, Definitions
52.203-3, Gratuities
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 clause
52.204-25*See Attachment for this clause
52.204-26* See Attachment for this provision
52.209-5, Certification Regarding Responsibility Matters
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3, Offeror Reps and Certs
52.212-4, Contract Terms and Conditions – Commercial Items
52.216-1, Type of Contract (FFP)
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
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
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
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
52.247-32, F.O.B—Origin, Freight Prepaid
52.247-34, FOB 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:
52.203-6 with Alt 1, Restrictions on Subcontractor Sales to the Government,
52.204-10 Reporting Executive Compensation and First-Tier Subcontract awards,
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,
52.219-4 Notice of Price Evaluation Preference for HUBZone or SB Concerns,
52.219-8 Utilization of Small Business Concerns,
52.219-28 Post Award Small Business Program Representation,
52.222-3 Convict Labor,
52.222-19 Child Labor – Cooperation with Authorities and Remedies,
52.221-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-35 Equal Opportunity for Veterans,
52.222-36 Equal Opportunities for Workers w/ Disabilities,
52.222-37 Employment Reports on Disabled Veterans,
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-50 Combating Trafficking in Persons,
52.223-11 Ozone Depleting Substances,
52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving,
52.225-13 Restrictions on Certain Foreign Purchases,
52.232-33 Payment by Electronic Funds Transfer-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
252.204-7011 Alternative Line Item Structure
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016, * See Attachment for this clause.
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, *See Attachment for this clause
252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.211-7003 Item Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
252.225-7048, Export Controlled Items
52.225-7012, Preference for Certain Commodities
252.225-7021 Trade Agreements
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
Note: Buy American Act-Balance of Payments Program Applies and the vendor shall list the country of origin for each item. Trade Agreements Apply and the 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)
C07 Warstopper Material Program Buffer Availability
C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)
C20 Vendor Shipment Module (VSM) (AUG 2017)
E05 Product Verification Testing (JUN 2018)
E07 Evaluation Factor for Origin Inspection (JAN 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)
L09 Reverse Auction (OCT 2016)
L10 Competing Individual Delivery Orders Through Reverse Auctions (OCT 2016)
L11 Small Business Program Representations (AUG 2017)
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: Marking of Shipments
YM3 D4: Preparation for Delivery (Commercially Packaged Items)
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 at 12:00PM EST on Friday, September 28, 2021. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email Rachel.mccluskey@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 Rachel.mccluskey@dla.mil.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size. 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.