href="http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm" target="_blank">http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm . The NAICS code is 333996 and the Small Business Standard is 1250 Employees. This requirement is being processed utilizing full and open competition after exclusion of sources.Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS 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 to Flygt due to compatibility/interchangeability with existing material and spare parts.The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:0001: Submersible Dewatering Pumpset, Flygt Pump Model 2201.012-58HP, 460V, 3 Phase Electric Motor, 50FT Power Cable, BS236MT open impeller, 6" NPT (F) discharge. Pumpset includes: 25' Flygt submersible cable AWG 4/3-2-1-GC, Zinc anode set, auto control panel with P42 cable entry, 3 phase & 70A MAX overload, two each mechanical pilot float switch (N/O) with 100' cord length. Quantity of 1 Each.Flygt Model 2201.012 come with 50' of power cable. A total minimum of 75' of cable is being ordered between the dewatering pump and subcab cable. This should not void the manufacturer's warranty. The extra 25' is additional cable that the manufacturer is able to order instead of the standard 50' length included. This can be accomplished by ordering one cable that is at least 75' in length (continuous), shortening a longer cable, or splicing a cable at the top end. Please note that the minimum cable length is 75'. Vendors may provide a longer length if that is the most advantageous method.FAR CLAUSES AND PROVISIONS52.202-1, Definitions52.203-3, Gratuities52.204-7, System for Award Maintenance52.204-13, SAM Maintenance52.209-5, Certification Regarding Responsibility Matters52.211-6, Brand Name or Equal52.211-14, Notice of Priority Rating52.211-15, Defense Priority And Allocation Requirements52.211-17, Delivery of Excess Quantities52.212-1, Instructions to Offerors - Commercial Items;52.212-4, Contract Terms and Conditions - Commercial Items52.232-18, Availability of Funds52.232-39, Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.242-15 Stop Work Order52.243-1, Changes Fixed Price52.246-1, Contractor Inspection Requirements52.247-34, F.O.B-Destination52.252-2 Clauses Incorporated by Reference52.253-1, Computer Generated Forms52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 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, 52.221-21 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, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 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. DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003. Control of Government Personnel Work Product252.204-7008 Compliance With Safeguarding Covered Defense Information Controls252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)252.204-7015, Disclosure of Information to Litigation Support Contractors252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability252.211-7003 Item Identification and Valuation252.223-7008 Prohibition of Hexavalent Chromium252.225-7001, Buy American Act & Balance of Payments Program252.225-7002, Qualifying Country Sources as Subcontractors252.225-7012, Preference for Certain Commodities252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program252.225-7031 Secondary Arab Boycott of Israel252.232-7010, Levies on Contract Payments252.243-7001, Pricing of Contract Modifications252.243-7002, Requests for Equitable Adjustment252.244-7000, Subcontracts for Commercial Items252.247-7023, Transportation of Supplies By SeaDLAD CLAUSES AND PROVISIONS52.211-9000 Government Surplus Material52.211-9011 Delivery Terms and Evaluation52.211-9014 Contractor Retention of Traceability Documentation52.211-9020 Time of Delivery-Accelerated Delivery52.211-9023 Substitution of Item After Award52.215-9023, Reverse Auction52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution52.246-9039 Removal of Government Identification from Non Accepted Supplies52.247-9012, Requirements for Treatment of Wood Packaging MaterialLOCAL CLAUSES:YM3 A1: Additional InformationYM3 C500: Mercury Control (Supplies)YM3 C528: Specification ChangesYM3 D2: Marking of ShipmentsYM3 D4: Preparation for Delivery (Commercially Packaged Items)YM3 D8: Prohibited Packing MaterialsYM3 E2: Inspection and Acceptance (Destination)YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval ShipyardIf you need a copy of these clauses, please contact Rachel McCluskey at
Rachel.mccluskey@navy.milQuoters 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 12:00PM EST on Tuesday, August 28, 2018. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email
Rachel.mccluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.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. Please submit bids via fax at: 207-438-1251, via email at
Rachel.mccluskey@navy.mil or through the mail to:Rachel McCluskey Code 503.RMBldg 153, 6th FloorPortsmouth Naval ShipyardKittery, Maine 03904All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, 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.Contact Information: Rachel J. McCluskey, Contract Specialist, Phone 207-438-6818, Fax 207-438-1251, Email
rachel.mccluskey@navy.mil Office Address :P O Box 3990 Columbus OH 43216-5000 Location: DLA Land and Maritime Set Aside: N/A