SOLICITATION NOTICE
66 -- Sensors
- Notice Date
- 3/9/2020 11:16:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- SPMYM3-20-Q-3011
- Response Due
- 3/13/2020 9:00:00 AM
- Archive Date
- 03/28/2020
- Point of Contact
- Rachel McCluskey, Phone: 2074386818, Fax: 2074382452
- E-Mail Address
-
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
- Description
- 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 SPMYM320Q3011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-02 and DFARS Change Notice 20200114. 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.acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. The FSC Code is 6680 and the NAICS code is 334513. The Small Business Standard is 750 Employees. This requirement is being processed utilizing full and open competition after exclusion of sources. �The Offeror, by submission of its quotation, represents it will not provide covered telecommunications equipment or services to the Government in the performance of any award resulting from this solicitation in accordance with paragraph (c) of the clause at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 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.� The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: � This requirement is restricted to TE Connectivity through their subsidiary Measurement Specialties due to them being the proprietary source of the drawing. 0001: Sensor, TE part number 120-00025 MOD.� Modification is no connection to chassis ground.� Shall be similar in design to EB Spec Number 2817/10 Rev 07/04 with exception of modification listed. Total Quantity of 8 each. FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, 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 Compensation and First-Tier Subcontract awards, 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28 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, 52.222-36� 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, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-SAM DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7004, System for Award Management 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation 252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance Systems 252.246-7008, Sources of Electronic Parts 252.211-7003 Item Identification and Valuation 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments Program Certificate 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) 52.211-9000 Government Surplus Material 52.211-9011 Delivery Terms and Evaluation 52.211-9014� Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.215-9023, Reverse Auction 52.233-9001, Disputes:� Agreement to Use Alternative Disputes Resolution 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-9012, Requirements for Treatment of Wood Packaging Material LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items Quoters 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 Friday, March 13, 2020.� 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.��� 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 Rachel.mccluskey@navy.mil. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c8395fa799094803a1852e2557ea2b82/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN05583566-F 20200311/200309230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |