Brand Name Mandatory Haki Fabric

expired opportunity(Expired)
From: Federal Government(Federal)
SPMYM323Q1102

Basic Details

started - 09 Dec, 2022 (16 months ago)

Start Date

09 Dec, 2022 (16 months ago)
due - 15 Dec, 2023 (4 months ago)

Due Date

15 Dec, 2023 (4 months ago)
Bid Notification

Type

Bid Notification
SPMYM323Q1102

Identifier

SPMYM323Q1102
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705758)DEFENSE LOGISTICS AGENCY (DLA) (282576)DLA MARITIME (103060)DLA MARITIME SHIPYARDS (7149)DLA MARITIME - PORTSMOUTH (1059)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

12/9/22 NOTE: The response deadline for this Solicitation is extended to 12/15/22 at 5:00pm EST local time to correct omissions on the RFQ as follows: This requirement will be made on a single award basis (not a split award); SPRS evaluation procedures do apply; Inspection is QA-4 and F.O.B Destination. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, 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 to BETASAM. The RFQ number is SPMYM323Q1102. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08 and DFARS Change Notice 2022-1028. 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 this address: https://www.ecfr.gov. The FSC Code is 5340 and the NAICS code is 332510. The Small Business Standard is 750. This is a Full & Open After Exclusion of Sources, Brand Name Mandatory solicitation, for HAKI.***This requirement is Brand Name Mandatory for HAKI***This material is required to work with existing PNS owned Hakitec and Excel Scaffolding systems and components, which must match in form, fit, and function. Haki parts contain a unique design that is proprietary to the manufacturer, and are designed to coordinate with Excel Scaffolding. The material design is proprietary and there are no other known compatible options for material, this requirement must be fulfilled with Haki material. 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 a BRAND NAME MANDATORY solicitation.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: Haki fabric**See Attached RFQ and Item Breakdown for details.**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 PROVISIONS52.204-7, System for Award Maintenance52.204-9, Personal Identity Verification of Contractor Personnel52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13, SAM Maintenance52.204-19, Incorporation by Reference of Representations and Certifications52.204-24* See Attachment for this provision52.204-25* See Attachment for this clause52.204-26* See Attachment for this provision52.209-5, Certification Regarding Responsibility Matters52.204-19, Incorporation by Reference of Representations and Certifications52.211-14, Notice of Priority Rating52.211-15, Defense Priority And Allocation Requirements52.211-17, Delivery of Excess Quantities52.212-1, Instructions to Offerors - Commercial Items;52.212-3, Offeror Reps and Certs52.212-4, Contract Terms and Conditions – Commercial Items52.222-22, Previous Contracts & Compliance Reports52.222-25, Affirmative Action Compliance52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs52.232-39, Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-2 Service of Protest52.242-13 Bankruptcy52.242-15 Stop Work Order52.243-1, Changes Fixed Price52.246-1, Contractor Inspection Requirements52.247-34, F.O.B-Destination52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 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 all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:52.204-10 Reporting Executive Compensation52.209-6 Protecting the Government's Interest52.219-4 Notice of Price Evaluation Preference for HUBZone52.219-28 Post-Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Equal Opportunity for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.223-11 Ozone Depleting Substances52.223-18 Encouraging Contractors to Ban Text Messaging While Driving52.225-5 Trade Agreements52.225-13 Restriction on Certain Foreign Purchases52.232-33 Payment by EFT-SAM52.232-36 Payment by Third PartyDFARS CLAUSES AND PROVISIONS252.203-7000 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 Product252.204-7004, System for Award Management252.204-7008 Compliance With Safeguarding Covered Defense Information Controls252.204-7011 Alternative Line Item Structure252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)252.204-7015, Disclosure of Information to Litigation Support Contractors252.204-7016, * See Attachment for this provision.252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation252.204-7018, 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 Requirements252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability252.211-7003, Item Unique Identification and Valuation252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.252.223-7008 Prohibition of Hexavalent Chromium252.225-7001, Buy American Act, Balance of Payments252.225-7002, Qualifying Country Sources as Subcontractors252.225-7021, Trade Agreements252.225-7048, Export Controlled Items252.225-7012, Preference for Certain Commodities252.232-7003, Electronic Submission of Payment Requests252.232-7006, Wide Area Workflow Payment Instructions252.232-7010, Levies on Contract Payments252.232-7017, Accelerating Payments to Small Business SubContractors-Prohibition on Fees and Consideration.252.243-7001, Pricing of Contract Modifications252.243-7002, Requests for Equitable Adjustment252.244-7000, Subcontracts for Commercial Items252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System252.246-7008, Sources of Electronic Parts252.247-7023, Transportation of Supplies By SeaNote: Vendor shall list the country of origin for each line item.DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) 52.233-9001, Disputes: Agreement to Use Alternative Disputes ResolutionDLA 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 (SEP 2016)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 (APR2018)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 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 ShipyardYM3 M8: Single Award for All ItemsQuoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM.This announcement will close at 5:00pm EST local time on 12 December 2022. The Point of Contact for this solicitation is Stephen Smith who can be reached at Stephen.1.Smith@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.Please submit quotations via email at Stephen.1.Smith@dla.mil.Quotes also to: DLA-KME-QUOTATIONS@DLA.MILAll 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.

Kittery ,
 ME  03904  USALocation

Place Of Performance : N/A

Country : United StatesState : MaineCity : Kittery

You may also like

Brand Name Mandatory Haki for PNS (J&A)

Due: 28 Apr, 2025 (in 12 months)Agency: DEPT OF DEFENSE

Visitor Management System - Brand Name or Equal

Due: 24 Apr, 2024 (in 4 days)Agency: AGRICULTURE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification