REQUEST FOR QUOTATION
N390405016Q315
COMBINED SYNOPSIS/SOLICITATION NOTICE:
Requirement Title: ONE (1) INCH REINFORCED RUBBER HOSE ASSEMBLY WITH FEMALE ONE (1) INCH CRES CAMLOCK CRIMPED FITTINGS (DIXON 100-C-SS) ON BOTH ENDS.
Solicitation Number: N390405016Q315
Response Deadline: 02/28/2025 11:59PM (EST)
POC: Raymond Dennis, 207-994-0743 Raymond.j.dennis.civ@us.navy.mil
GENERAL INFORMATION:
1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and 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.
2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Change Notice 2025-0117. 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.
3. This solicitation is being issues as a(n): Request For Quotation (RFQ)
4. This acquisition is for: Total Small business set aside
5. North American Industry Classification System Code (NAICS): 332912, Fluid Power valve and hose fitting manufacturing
6. The size standard is: 1000 Employees
REQUIREMENT INFORMATION:
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
• Required Delivery Date/Period of Performance: 04/25/2025
• Place of Delivery: Portsmouth Naval Shipyard Kittery Maine 03904
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 FOB Destination pricing.
REQUEST FOR QUOTATION
N390405016Q315
THIS IS NOT AN ORDER PLEASE PROVIDE DELIVERED PRICES, AVAILABILITY, AND PRICE SOURCE WITH QUOTE
REFERENCE # N390405016Q315 DUE DATE: 02/28/2025 11:59 PM (EST)
From: Portsmouth Naval Shipyard Your company info:
Raymond.j.dennis.civ@us.navy.mil Name:
Contracting, Code 410 POC:
Kittery, ME 03904 (P)
PHONE: 207-994-0743 Email:
Cage Code:
BUSINESS SIZE (circle one): SMALL LARGE PAYMENT TERMS ______%______DAYS
MOBILIZATION TIME: _________ARO PRICES DERIVED FROM (CHECK ONE)
F.O.B. DESTINATION, Y____N____ ___COMMERCIAL PRICE LIST DATED
IF NO, SHIPPING COST__________. ___INTERNAL PRICE LIST DATED
___OTHER ( PLEASE EXPLAIN )
Please indicate your preferred payment method by checking one of the options below. Payment options available are WAWF and GCPC: Government Commercial Purchase Card (up to $100,000). Please ensure that you register for WAWF (www.wawftraining.com)
GCPC_____ WAWF (Wide Area Workflow) _____
*Please note that purchase card orders are not paid up front. Once material is received, a Government cardholder may be contacted for purchase card information.
_X__ If checked, to be awarded on an “All or None” basis, and CPARS evaluation procedures apply.
YOUR SIGNATURE___________________________________DATE________________________
ITEM
DESCRIPTION
QUANTITY
UNIT PRICE
TOTAL
0001
ONE (1) INCH REINFORCED RUBBER HOSE ASSEMBLY WITH FEMALE ONE (1) INCH CRES CAMLOCK CRIMPED FITTINGS (DIXON 100-C-SS) ON BOTH ENDS.
3
0002
Contract Data Requirements List (CDRL) for Line Item 0001, in accordance with Exhibit A
1 SET
• Required Delivery Date/Period of Performance: 04/25/2025
• Place of Delivery is: Portsmouth Naval Shipyard Kittery Maine 03904
• For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive.
• Award may be made on the basis of adherence to the schedule and/or soonest mobilization.
• Please provide published commercial labor rates and breakdown of total prices, if applicable, for Price Justification purposes.
• See Below for Detailed Statement of Work and Applicable Clauses.
REQUEST FOR QUOTATION
N390405016Q315
ALL OFFERS SHALL INCLUDE THIS FORM FILLED OUT IN ITS ENTIRETY (HIGHLIGHTED YELLOW FIELDS ARE REQUIRED).
CLAUSES:
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:
52.204-2 Security Requirements
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment
52.204-26 Covered Telecommunications Equipment or Services—Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any
Federal Law
52.211-6 Brand Name or Equal
52.211-17 Delivery of Excess Quantities
52.212-3 ALT I Offeror Representations and Certifications—Commercial Products and Commercial Services
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial
Products and Commercial Services
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combat Trafficking in Persons
52.223-6 Drug-Free Workplace
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.246-2 Inspection of Supplies—Fixed-Price
REQUEST FOR QUOTATION
N390405016Q315
Additional DFARS contract terms and conditions applicable to this procurement are:
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
252.204-7000 Disclosure of Information
252.204-7003 Control Of Government Personnel Work Product
252.204-7006 Billing Instructions
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
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 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items
252.232-7010 Levies on Contract Payments
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea – Basic
C-202-H001 ADDITIONAL DEFINITIONS – BSIC (NAVSEA) (OCT 2018)
C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES
(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(S) – BASIC (NAVSEA) (OCT 2018)
D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018)
F-211-W001 PARTIAL DELIVERIES (NAVSEA)(OCT 2018)
F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA)(OCT 2018)
F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD
(NAVSEA) (MAR 2019)
G-232-H002 PAYMENT INSTRUCTIONS (NAVSEA)(FEB 2024)
G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (JUN 2023)
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)
52.212-1 Instructions to Offerors--Commercial Items
I. GENERAL
In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items” and any other instructions
contained elsewhere in this solicitation, the following information is provided:
Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer
unacceptable.
REQUEST FOR QUOTATION
N390405016Q315
IMPORTANT NOTES:
(1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter
the solicitation.
(2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the
closing dated time cited elsewhere in this Request for Quote.
(3) Responses should be submitted via email only.
(4) Please review all specifications carefully.
II. CONTENT OF QUOTE
• RFQ pricing and information pages completed by the vendor.
• Technical Submission to include:
o Submission of technical information demonstrating compliance with the specifications, including,
but not limited to:
• Technical submission shall include the Manufacturer Name and Model Number of the
specific unit(s) being proposed. The Government will only evaluate those specifically
identified unit(s).
• Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number.
• The details of any/all exceptions taken to the specification.
The completion and submission of the above items will constitute a quote and will be considered the vendor’s
unconditional assent to the terms and conditions of this solicitation and any attachments and/or
exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a
deficiency which will make the offer unacceptable. Potential contractors will be screened for
contractor responsibility in accordance with FAR Subpart 9.1.
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)
- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)
- 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.
REQUEST FOR QUOTATION
N390405016Q315
Schedule: Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.
Price:
The Price will be evaluated as Lowest Price Technically Acceptable; however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.
(END OF COMBINED SYNOPSIS/SOLICITATION)