This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM321Q3104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-07 and DFARS Change Notice 2021-0913. 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.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The FSC Code is 3416 and the NAICS code is 334417 and the Small Business Standard is 500.
This requirement is a SOLE SOURCED solicitation to Machine Tool Research (MTR) due to this machine meeting the Government’s needs of size, weight, capability, capacity, meeting all technical, accuracy, and weight capacity requirements, with no special foundation requirements, as well as consistency and repeatability for technical work on high value irreplaceable submarine components, and interchangeability of tooling with existing Betts Bridgeford “E” series lathe due to identical form, fit, and function (see attached J&A for additional justification). Quotations received that represent a different manufacturer will not be considered for award.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
CLINs:
0001 Purchase of (1) Manual Betts Bridgeford Lathe 1 EA ____________
(Model E-4983), meeting the following minimum requirements:
Minimum requirements:
1. Lathe shall have a minimum swing diameter of 54 inches.
2. Lathe shall have a minimum distance between centers of 11 feet.
3. Lathe shall not exceed 25 feet in overall length (due to space limitations).
4. Lathe shall have a 40 HP headstock drive motor.
5. Lathe shall be capable of a minimum chuck speed of 2 RPM and be capable of 200 RPM in high gear.
6. Lathe shall be capable of handling 18,000 pounds between centers with no additional support.
7. Electrical cabinet shall be built using all UL listed components.
8. Lathe shall have spindle soft start and soft stop feature.
9. Lathe shall have a 2 speed tail stock.
10. Spindle concentricity of 0.0005" or less both axially and radially.
11. Bed way straightness of 0.003" or less over the entire length.
12. Carriage cross slide shall maintain 0.0015" max concave over the entire length.
13. Lathe shall be supplied with 4-jaw chuck.
14. Shall not require additional foundation; high PSI concrete floor is 8.5” thick on site.
0002 Shipping & Installation of CLIN 0001, Lathe 1 EA ____________
FAR CLAUSES AND PROVISIONS:
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:
52.202-1, Definitions
52.203-3, Gratuities
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions.
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights.
52.204-7, System for Award Maintenance
52.204-13, SAM Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-24* See Attachment for this provision
52.204-25* See Attachment for this clause
52.204-26* See Attachment for this provision
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.209-5, Certification Regarding Responsibility Matters
52.204-19, Incorporation by Reference of Representations and Certifications
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
52.219-1 Alt I, Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
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
52.232-40 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
52.246-2 Inspection of Supplies-Fixed-Price
52.246-16 Responsibility for Supplies
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
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
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,
52.219-8 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,
52.222-21 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 (Prime and Subcontracts)
52.222-54 Employment Eligibility Verification
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
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)
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
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
252.225-7000 Buy American—Balance of Payments Program Certificate.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7012, Preference for Certain Commodities
252.225-7021, Trade Agreements
252.225-7048, Export Controlled Items
252.231-7000 Supplemental Cost Principles
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: 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 03:00 PM EST local time on Wednesday, 22 September 2021. The Point of Contact for this solicitation is Emily Bateman who can be reached by email emily.bateman@dla.mil.
METHOD OF SUBMISSION: Offers shall be emailed.
Please submit quotations via email at Emily.bateman@dla.mil
AND dla-kme-quotations@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.
All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code. 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 ********