California Bids > Bid Detail

USS ANCHORAGE (LPD-23) Exhaust Bellow Hardware

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159413806730144
Posted Date: Dec 27, 2022
Due Date: Jan 4, 2023
Solicitation No: N5523623Q0039
Source: https://sam.gov/opp/319bc4811e...
Follow
USS ANCHORAGE (LPD-23) Exhaust Bellow Hardware
Active
Contract Opportunity
Notice ID
N5523623Q0039
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
REGIONAL MAINTENANCE CENTER
Office
SOUTHWEST REGIONAL MAINT CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Dec 27, 2022 03:02 pm PST
  • Original Published Date: Dec 14, 2022 11:00 am PST
  • Updated Date Offers Due: Jan 04, 2023 11:00 am PST
  • Original Date Offers Due: Jan 04, 2023 11:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 19, 2023
  • Original Inactive Date: Jan 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5306 - BOLTS
  • NAICS Code:
    • 332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing
  • Place of Performance:
    San Diego , CA 92136
    USA
Description

This is a Combined Synopsis/Solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued.



The Request for Quotation (RFQ) N5523623Q0039 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 332722 Bolt, Nut, Screw, Rivet, and Washer Manufacturing.



This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2023-01 (Effective 1 DEC 2022) and DFARS Publication Notice 20221028.



DESCRIPTION: The requirement is for a firm-fixed-price (FFP) purchase order:



Bolt, Heavy Hex Head, 1-1/4-7UNC-2A X 4 LG CRES IAW ASME B18.2.1 (224 EA)



Nut-1-1/4 Inch-7UNC-2B Hex Hvy, Cres, ASTM-A453, GR 660, ANSI B18.2.2 (224 EA)



Washer, Lock Spring, for 1-1/4 Inch Dia Bolt, ASTM-A453, B18.21.1 (224 EA)



Delivery date Requested is 24 June 2023.



The full text FAR and DFAR references may be accessed from https://acquisition.gov



Standard Commercial Warranties apply



A. FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors must comply with all instructions contained in herein.



52.212-2 Evaluation Commercial Items, Evaluation – Commercial Items



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.



Price – The Government will award this requirement based on the lowest overall price of all items considered technically acceptable (LPTA)



B. 52.212-3 -- Offeror Representations and Certifications – Commercial Items. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at http://www/sam.gov/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete). Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award



C. FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items



APPLICABLE PROVISIONS AND CLAUSES:

The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.



The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively.





The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017



52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018



52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013



52.242-15 Stop-Work Order AUG 1989



52.242-17 Government Delay of Work APR 1984



52.246-2 Inspections of Supplies – Fixed Price AUG 1996



52.246-16 Responsibilities for Supplies APR 1984



52.252-2 Clauses incorporated by reference FEB 1998



52.252-6 Authorized Deviations in Clauses APR 1984

252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011



252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013



252.204-7003 Control of Government Work Product APR 1992



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016



252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support MAY 2016



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2018



252.222-7048 Export Controlled Items JUN 2013



252.223-7008 Prohibition of Hexavalent Chromium JUN 2013



252.225-7000 Buy American – Balance of Payments Program Certificate DEC 2017



252.225-7001 Buy American and Balance of Payment Program DEC 2017



252.225-7002 Qualifying Country Sources as Subcontractors DEC 2017



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2019



252.232-7006 Wide Area Work Flow Payment Instructions. DEC 2018



252.232-7010 Levies on Contract Payments DEC 2006



252.244-7000 Subcontracts for Commercial Items JUN 2013



252.246-7003 Notification of Potential Safety Issues JUN 2013



252.247-7023 Transportation on Supplies by Sea APR 2014



52.212-1 Instructions to Offerors-Commercial Items ADDENDUM -- Submission Instructions.



(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 28 December 2022, 1100 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:



Southwest Regional Maintenance Center, (SWRMC)

Email: citing the solicitation number in the subject line

Email Address: daniel@navy.mil; jordan.r.trujillo@navy.mil



All questions shall be received no later than 4 January 2023 at 1100 AM (Pacific)



52.212-2 Evaluation -- Commercial Items (JAN 1999):

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.



Evaluation Factors- The evaluation factors that will be used are:




  1. Technical Acceptability – Ability to meet the salient characteristics of the Product Description

  2. Price – Low price technically Acceptable (LPTA)

  3. Past Performance –



Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.106-3 (a)(1).



Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Product Description, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. Per DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.





52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2020)





(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:





(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).



(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards

52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313)

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-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 Affirmative Action for Workers with Disabilities

52.222-37 Employment Reports on Veterans

52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving

52.225-13 Restrictions on Certain Foreign Purchases

52.232-33 Payment by Electronic Funds Transfer- System for Award Management



The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.

C-202-H001 Additional Definitions – Basic OCT 2018



F-242-H001 Contractor Notice Regarding Late Delivery OCT 2018



G-232-H002 Payment Instructions and Contract Type Summary for Payment Office JUN 2018



G-232-H005 Supplemental Instructions Regarding Invoicing JAN 2019



G-242-H001 Government Contract Administration Points of Contact and Responsibilities OCT 2018



PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.



D-211-H005 Identification Marking of Parts – Alternative I OCT 2018



DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.





SPECIAL CONTRACT REQUIREMENTSs:



Your quote must be received vie email by the primary and secondary contacts (below) no later than 4 January 2023, 1100 AM (Pacific).



Email Address: daniel@navy.mil; jordan.r.trujillo@navy.mil




Attachments/Links
Contact Information
Contracting Office Address
  • 3755 BRINSER STREET SUITE 1
  • SAN DIEGO , CA 92136-5205
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >