SPMYM3-21-Q-6040I , Marathon Generator or Equivalent
JML: 12214001
“Fill in Green Sections”
YELLOW- Items of Special Emphasis
OVERVIEW:
***This solicitation is being advertised as SMALL BUSINESS SET-ASIDE***This announcement will close at 1:00 PM EST on September 8th, 2021
The FSC Code is 6115 and the NAICS code is 335312 and the Small Business Standard is 1,250 Employees.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, using Simplified Acquisition Procedures under 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 Beta.SAM. The RFQ number is SPMYM3-21-Q-6040.
This solicitation documents and incorporates provisions and clauses in effect through FAC (Change Notice: FAC 2021-05 Effective July 12th, 2021) and DFARS DEFENSE FAR SUPPLEMENT Publication Notice 20210830
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.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. These clauses may be accessed in full text at this address: https://www.ecfr.gov
PROPOSED VENDOR PRICNG AND DELIVERY INFORMATION
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
REQUIREMENT SPECIFICATIONS:
Quoting as an independent dealer Yes/NO (circle one)
This requirement is for Marathon Brand Generators of Equivalent.
OR EQUIVALENT
Quantity Needed 1
Price for Item 0001
Manufacturer of Item 0001:
OR EQUIVALENT
Quantity Needed 1
Price for Item 0002
Manufacturer of Item 0002:
Generator Specifications
Required delivery to Portsmouth Naval Shipyard, Kittery Maine.
CLAUSES AND PROVISIONS.
Offerors must complete the attached provisions (separate attachment) pricing information above highlighted in green.
- 52.204-24
- 52.204-25 (as applicable)
- 52.204-26 (as applicable)
- 252.204-7016
**************And include all the applicable completed provisions with their offer. Offers without provisions will be considered incomplete***********************
See Highlighted Below
FAR CLAUSES AND PROVISIONS:
- 52.204-7 System for Award Management
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
- 52.204-13, SAM Maintenance
- 52.204-19 Incorporation by Reference of Representations and Certifications
- 52.204-24* See Attachment for this provision Answer 2 Questions-RETURN
- 52.204-25* See Attachment for this clause Reference
- 52.204-26* See Attachment for this provision Answer 2 Questions-RETURN
- 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation
- 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
- 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 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs
- 52.212-4, Contract Terms and Conditions – Commercial Items
- 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 Relating to Iran – Reps and Certs
- 52.232-39, Unenforceability of Unauthorized Obligations
- 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
- 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:
-
- 52.204-10 Reporting Executive Compensation
- 52.209-6 Protecting the Government's Interest
- 52.219-6 Notice of Total Small Business Set-Aside
- 52.219-28 Post Award Small Business Program Representation,
- 52.219-33 Non-Manufacturer Rule
- 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,
- 52.222-36 Equal Opportunities for Workers w/ Disabilities,
- 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—System for Award Management.
DFARS CLAUSES AND PROVISIONS (See Attachment for Full Text)
- 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 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.
- 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
- 252.211-7003, Item Unique Identification and Valuation
- 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
- 252.223-7008 Prohibition of Hexavalent Chromium
- 252.225-7048, Export Controlled Items
- 252.225-7012, Preference for Certain Commodities
- 252.232-7006, Wide Area Workflow Payment Instructions
- 252.232-7010, Levies on Contract Payments
- 252.243-7001, Pricing of Contract Modifications
- 252.244-7000, Subcontracts for Commercial Items
- 252.247-7023, Transportation of Supplies By Sea
ADDITIONAL CONTRACT TERMS AND CONDITIONS APPLICABLE TO THIS PROCUREMENT ARE:
DLAD 52.233-9001 DISPUTES – AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (DEC 2016)
(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.
(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and legal counsel. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate.
(c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer.
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)
- L06 Agency Protests (DEC 2016)
- L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018)
- L31 Additive Manufacturing (JUN 2018)
- M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)
LOCAL CLAUSES (See Attachment for Full Text):
- YM3 A1: Additional Information
- YM3 C500: Mercury Control
- YM3 C528: Specification Changes
- YM3 D2: 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
A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency.
ADMINISTRATIVE REQUIREMENTS
- Material Information as Described Above, special emphasis highlighted in Yellow
- Fill Out Requirements/Forms highlighted in Green and send with quote or as otherwise instructed.
Award and Evaluation Criteria:
- The evaluation criteria is Lowest Price Technically Acceptable (LPTA).
- This is to be evaluated as “All or None”
- Potential contractors will be screened for responsibility in accordance with FAR 9.104.
- A reverse auction may be held.
- Vendor shall list the country of origin and manufacturer for each line item
- Vendor shall provide manufacturer if they are a re-seller.
- Complete Attachments as Described Above. Highlighted in Green. Include with submission.
- Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at https://sam.gov/content/home
- Point of Contact: To include, email, name, phone number, and entity address
- GSA contract number if applicable
- Entity cage code/DUNS and business size,
-
- If not the actual manufacturer – Manufacturer’s Name, Location, Cage Code/DUNS and Business Size must be provided.
- Preferred 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.
- Quotes must be e-mailed to steven.1.bonavita@dla.mil. Alternate contact is gary.1.chandler@dla.mil
- Vendors are responsible for ensuring quotes are received thru a confirmation email from DLA.