N5523623Q0015 - USS JOHN P. MURTHA (LPD-26) - LLTM NOMEX PANELS
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159728727146748 |
Posted Date: | Oct 26, 2022 |
Due Date: | Nov 10, 2022 |
Solicitation No: | N5523623Q0015 |
Source: | https://sam.gov/opp/5ce5148161... |
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: Oct 26, 2022 03:10 pm PDT
- Original Date Offers Due: Nov 10, 2022 11:00 am PST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 25, 2022
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
-
NAICS Code:
- 332321 - Metal Window and Door Manufacturing
-
Place of Performance:
San Diego , CA 92136USA
This is a Combined Synopsis/Solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The Request for Quotation (RFQ) N5523623Q0015 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 12, and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 332321 Metal Window and Door Manufacturing.
This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2022-08 (Effective 23 September 2022) and DFARS Publication Notice 20220929.
DESCRIPTION: The requirement is for a firm-fixed-price (FFP) Nomex Panels purchase order:
See Attached Product Description for details
The full text FAR and DFAR references may be accessed from https://acquisition.gov
Standard Commercial Warranties apply
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 item 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
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
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 Products and Commercial Services NOV 2021
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021
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 NOV 2020
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
252.204-7000 Disclosure of Information OCT 2016
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 DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support MAY 2016
252.204-7020 IST SP 800-171 DoD Assessment Requirements MAR 2022
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2018
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7000 Buy American – Balance of Payments Program Certificate- Basic NOV 2014
252.225-7001 Buy American and Balance of Payment Program- Basic JUN 2022
252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items JAN 2021
252.246-7003 Notification of Potential Safety Issues JUN 2013
252.247-7023 Transportation on Supplies by Sea- Basic FEB 2019
52.212-1 Instructions to Offerors-Commercial Items ADDENDUM -- Submission Instructions.
Offerors may submit written questions during the quote preparation period and/or request the NAVSEA Drawing No. 7318246. All questions must be received no later than 09 November 2022, 11:00 AM (Pacific Standard Time) 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 using the attached Request for Specification Clarification form 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:chelsey.l.hernandez-guevara.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil
52.212-2 Evaluation -- Commercial Products and Commercial Services (NOV 2021):
(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:
- Technical Acceptability – Ability to meet the salient characteristics of the Product Description
- Price – Low price technically Acceptable (LPTA)
- 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 Products and Commercial Services (Oct 2022)
(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 products and commercial services:
(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. (Nov 2021) (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 products and commercial services:
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 (Oct 2018) (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-H004 Identification Marking of Parts-- BASIC (NAVSEA) (OCT 2018)
D-246-H002 Warranty Notification for Item(s) —Basic (NAVSEA) (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 REQUIREMENTS:
Your quote must be received vie email by the primary and secondary contacts (below) no later than 10 November 2022, 11:00 AM (Pacific).
Email Address: Primary: chelsey.l.hernandez-guevara.civ@us.navy.mil and Alternate: cynthia.y.urias.civ@us.navy.mil
- 3755 BRINSER STREET SUITE 1
- SAN DIEGO , CA 92136-5205
- USA
- Chelsey Hernandez-Guevara
- chelsey.l.hernandez-guevara.civ@us.navy.mil
- Phone Number 6195563448
- Cynthia Urias
- cynthia.y.urias.civ@us.navy.mil
- Phone Number 6195561336
- Oct 26, 2022 03:10 pm PDTCombined Synopsis/Solicitation (Original)
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.