Reel Power Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
SPMYM3-22-Q-3018

Basic Details

started - 29 Jul, 2022 (21 months ago)

Start Date

29 Jul, 2022 (21 months ago)
due - 05 Aug, 2022 (21 months ago)

Due Date

05 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
SPMYM3-22-Q-3018

Identifier

SPMYM3-22-Q-3018
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710657)DEFENSE LOGISTICS AGENCY (DLA) (282542)DLA MARITIME (104009)DLA MARITIME SHIPYARDS (7211)DLA MARITIME - PORTSMOUTH (1067)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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.

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 SPMYM3-22-Q-3018. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 (May 26, 2022) and DFARS Change Notice 20220623. 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 8135 and the NAICS code is 333993. The Small Business Standard is 500
Employees. This requirement is being processed utilizing a 100% Small Business Set-Aside.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 Reel Power due to interchangeability with existing material on the Shipyard. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:CLIN 0001: CLIN 0001: Reel Power Take Up Machine, Model FMT10 take-up machine for reel capacities from 24" to 96" dia. x 12" to 60" wide x 10,000 lbs. lift capacity with a 15 HP AC Variable Speed and Torque Drive, 480 Volt, 3 Phase, 0-30 RPM. Unit must be UL508A certified electrical (UL508A Electrical Control Enclosure). Quantity of 1 Each.OPTION CLIN 0002:  Model SP-RT10 powered reel trailer for reels measuring up to 60” Wide x 48” to 96” OD and up to 10,000 lbs.  Quantity of 1 Each.We are requesting the Model SP-RT10 Powered Reel Trailer.  Heavy-duty hydraulic powered landing gear for trailer tongue with 18-ply all terrain, all-position radial tire, and custom steel wheel assembly – comes with hydraulic powered ground drive and manual tiller steering to allow the trailer to be easily maneuvered under its own power when not connected to a towing vehicle – landing gear is designed to hydraulically extend and retract. Low-speed/high-torque hydraulic motor with gearing to provide ground drive in both forward and reverse)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.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 provision52.211-14, 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:52.219-6 Notice of Total Small Business Set-Aside52.204-10Reporting Executive Compensation52.209-6Protecting the Government's Interest52.219-28Post-Award Small Business Program Representation52.222-3Convict Labor52.222-19Child Labor52.222-21Prohibition of Segregated Facilities52.222-26Equal Opportunity52.222-36Equal Opportunity for Workers with Disabilities52.222-50Combating Trafficking in Persons52.223-11Ozone Depleting Substances52.223-18Encouraging Contractors to Ban Text Messaging While Driving52.225-3Buy American-Free Trade Agreements52.225-13Restriction on Certain Foreign Purchases52.232-33Payment by EFT-SAMDFARS 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 Payments252.243-7001, Pricing of Contract Modifications252.243-7002, Requests for Equitable Adjustment252.244-7000, Subcontracts for Commercial Items252.246-7007, Contactor 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 it’s ALT I if not updated in SAM.This announcement will close on August 05, 2022 at 9:00AM EST.  The Point of Contact for this solicitation is Rachel McCluskey who can be reached at Rachel.mccluskey@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 bids via email at dla-kme-quotations@dla.mil.  You may confirm receipt of your quotation by calling 207-361-7868 or by emailing Rachel McCluskey at Rachel.mccluskey@dla.mil. It is the responsibility of the offeror to ensure their quotation was received by the agency.All 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

Classification

naicsCode 333993Packaging Machinery Manufacturing
pscCode 8135Packaging and Packing Bulk Materials