SOLICITATION NOTICE
47 -- Hose Assemblies 100ea with Dixon Fittings
- Notice Date
- 6/16/2023 10:27:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332912
— Fluid Power Valve and Hose Fitting Manufacturing
- Contracting Office
- DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- SPMYM323Q3109
- Response Due
- 6/22/2023 12:00:00 PM
- Archive Date
- 09/30/2023
- Point of Contact
- Emily Bateman, DLA-KME EMAIL BOX
- E-Mail Address
-
Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL
(Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM323Q3109. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 2023-0525. 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 4720 and the NAICS code is 332912 and the Small Business Standard is 1000. This is a 100% Small Business Set Aside solicitation.� Evaluation criteria is Lowest Price Technically Acceptable (LPTA), and TRACEABILITY DOCUMENTATION must be provided with quotation.� SPRS will be used to determine vendor responsibility. �Potential contractors will be screened for responsibility in accordance with FAR 9.104.� This requirement is BRAND NAME MANDATORY for Dixon Fittings, due to the following: These are Direct Replacement Parts, must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing, no other substitute parts will work. Existing equipment consists of Dixon equipment, and is designed to connect with Dixon fittings, which are unique to and proprietary to Dixon. Dixon part numbers are used for steam service applications, and parts making up the hose assemblies are not interchangeable with other manufacturers fittings and could result in a steam leak endangering shipyard personnel.� Quotations received that represent a different manufacturer will not be considered for award. Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. �Failure to provide this information may result in your quotation being determined technically unacceptable. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLIN 0001: �Quantity One hundred (100) Each, Hose Assemblies (4720-LL-L01-0015-DB) in accordance with Attachment 1.� ****the RFQ form must be filled out and returned with quotation, as it contains fill in fields with information required for evaluation.**** NOTE: �OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24,� 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.� A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:� (A) Small business;� (B) Service-disabled veteran-owned small business;� (C) Women-owned small business (WOSB) under the WOSB Program;� (D) Economically disadvantaged women-owned small business under the WOSB Program; or� (E) Historically underutilized business zone small business. 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 (P) and clauses are applicable to this procurement: 52.204-7, System for Award Maintenance� 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM 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 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 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, 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 Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 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 52.247-34, 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: 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim Plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.204-10�� �Reporting Executive Compensentation 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 52.222-3�� �Convict Labor 52.222-19�� �Child Labor 52.222-21�� �Prohibition of Segregated Facilities 52.222-26�� �Equal Opportunity 52.222-36�� �Equal Opportunity for Workers with Disabilities 52.222-50�� �Combating Trafficking in Persons 52.223-11�� �Ozone Depleting Substances 52.223-18�� �Encouraging Contractors to Ban Text Messaging While Driving 52.225-13�� �Restriction on Certain Foreign Purchases 52.232-33�� �Payment by EFT-SAM 52.232-36�� �Payment by Third Party 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 252.204-7012, 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 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 �Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors� 252.225-7036 __ Basic, _X_ Alt I, __Alt IV, Buy American Free Trade Agreements� 252.225-7048, Export Controlled Items 252.225-7012, Preference for Certain Commodities 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 252.232-7017, Accelerating Payments to Small Business SubContractors-Prohibition on Fees and Consideration. 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 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) � 5452.233-9001, 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 (MAR 2023) 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) 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) 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 (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� 52.212-1 is tailored as follows: Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. 52.212-2 is tailored as follows: Source selection criteria: Lowest Price Technically Acceptable Quotations submitted by each vendor will be evaluated in accordance with the specifications provided in the solicitation, and determined to be either acceptable or 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. The Government intends to make an award without discussions. 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 13 June 2023. POC for this solicitation is Emily Bateman who can be reached by email (below).� METHOD OF SUBMISSION: �Offers shall be emailed.� Please submit quotations via email at Emily.bateman@dla.mil� Quotes also to: 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, whether or not your company prefers 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. ******* END OF COMBINED SYNOPSIS/SOLICITATION ******** Solicitation Amendment 01: Solicitation Close is extended from 6/13/23 at 3pm, to 6/16/23 at 3pm. ****** Solicitation Amendment 02: Solicitation Close is extended from 6/16/23 at 3pm, to 6/22/23 at 3pm. ******
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2e18aa5b42e43b4b033140edb642738/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06719077-F 20230618/230616230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |