MODIFICATION
59 -- IDIQ for Electrical Connectors - P/N M28876/5F11S2,3,4,5
- Notice Date
- 5/3/2022 10:56:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334417
— Electronic Connector Manufacturing
- Contracting Office
- DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- SPMYM322Q3110
- Response Due
- 5/17/2022 12:00:00 PM
- Archive Date
- 09/30/2022
- Point of Contact
- Emily Bateman, DLA-KME EMAIL BOX
- E-Mail Address
-
Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL
(Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM322Q3110. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Change Notice 2022-0428. 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 these addresses: https://www.ecfr.gov� and� https://www.acquisition.gov/content/list-sections-affected �and� http://www.acq.osd.mil/dpap/dars/change_notices.html.� The FSC Code is 5935 and the NAICS code is 334417 and the Small Business Standard is 1000. This is a Total Small Business Set Aside solicitation. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). SPRS will be used to determine vendor responsibility.� Potential contractors will be screened for responsibility in accordance with FAR 9.104. This requirement is for the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Connector Assemblies. This will be a 5-year, Firm Fixed Price, IDIQ contract, evaluated for multiple award. Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. If not the actual manufacturer � Manufacturer�s Name, Location, and Business Size must be provided, as well as traceability documentation. Failure to provide this information may result in your quotation being determined technically unacceptable. SEE 52.212-2 and H01. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following: ********* Estimated POP: Period of Performance Base Year 6/1/2022-5/31/2023 Option Year 1 6/1/2023-5/31/2024 Option Year 2 6/1/2024-5/31/2025 Option Year 3 6/1/2025-5/31/2026 Option Year 4 6/1/2026-5/31/2027 ********* Statement of Work (SOW): This procurement is for the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Electrical Connector Assemblies. This will be a 5-year IDIQ contract, evaluated for multiple award (See also 52.216-27 Single or Multiple Awards). There are 4 CLINS as follows: BASE YEAR ESTIMATED PERIOD OF PERFORMANCE: 6/1/2022-5/31/2023 CLIN 0001: INBOARD CONNECT ASSEMBLY P/N M28876/5F11S2. CLIN 0001 will have a minimum of 6 Each, up to a maximum of 24 Each. CLIN 0002: INBOARD CONNECT ASSEMBLY P/N M28876/5F11S3. CLIN 0002 will have a minimum of 6 Each, up to a maximum of 24 Each. CLIN 0003: INBOARD CONNECT ASSEMBLY P/N M28876/5F11S4. CLIN 0003 will have a minimum of 6 Each, up to a maximum of 24 Each. CLIN 0004: INBOARD CONNECT ASSEMBLY P/N M28876/5F11S5. CLIN 0004 will have a minimum of 6 Each, up to a maximum of 24 Each. OPTION YEAR ONE: ESTIMATED PERIOD OF PERFORMANCE: 6/1/2023-5/31/2024. All CLINS and MIN/MAX�s to be the same as the base year. OPTION YEAR TWO: ESTIMATED PERIOD OF PERFORMANCE: 6/1/2024-5/31/2025. All CLINS and MIN/MAX�s to be the same as the base year. OPTION YEAR THREE: ESTIMATED PERIOD OF PERFORMANCE: 6/1/2025-5/31/2026. All CLINS and MIN/MAX�s to be the same as the base year. OPTION YEAR FOUR: ESTIMATED PERIOD OF PERFORMANCE: 6/1/2026-1/31/2027. All CLINS and MIN/MAX�s to be the same as the base year. ********* Price: ***PLEASE COMPLETE THE ATTACHED RFQ DOCUMENT.*** ********* 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 PROVISIONS: Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions (P) and clauses are applicable to this procurement: 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-25* See Attachment for this clause 52.204-26* See Attachment for this provision 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2 Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) ������������������� Quotations submitted by each vendor will be evaluated in accordance with the specifications. ������������������� See also H01 ������������������� Quotations will be determined to be either acceptable or unacceptable. ������������������� Submissions must clearly meet the minimum requirements of the solicitation. ������������������� Submissions that do not meet the minimum requirements will be rated as ""Unacceptable."" ������������������� Submissions rated as ""Unacceptable"" will no longer be considered for award. �� �����������������Award will be based upon Lowest Price Technically Acceptable. ������������������� The Government intends to evaluate quotes and award a contract without discussions. 52.212-3, Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.216-18 ORDERING 52.216-19 ORDER LIMITATIONS 52.216-22 INDEFINITE QUANTITY. 52.216-27 SINGLE OR MULTIPLE AWARDS. 52.217-5 EVALUATION OF OPTIONS 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 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 52.232-18 Availability of Funds 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 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, F.O.B-Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 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: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation 52.204-15 Service Contract Reporting Requirements (IDIQ) 52.209-6 Protecting the Government's Interest 52.219-6 Notice of Total Small Business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post-Award Small Business Program Representation 52.219-32 Orders Issued Directly Under SB Reserves 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-9 Estimate of Percentage of Recovered Material 52.223-11 Ozone Depleting Substances 52.223-18 Encouraging Contractors to Ban Text Messaging While Driving 52.225-5 Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by EFT-SAM 52.232-36 Payment by Third Party 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, * See Attachment for this provision. 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 252.211-7003, Item Unique Identification and Valuation 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act, Balance of Payments 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7021, Trade Agreements 252.225-7048, Export Controlled Items 252.225-7012, Preference for Certain Commodities 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 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies By Sea Note: 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 Resolution DLA 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) C10 Placement of Task or Delivery Orders Against Multiple Indefinite Delivery Contracts (AUG 2017) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) E07 Evaluation Factor for Origin Inspection (JAN 2018) G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017) H01 QUALIFIED PRODUCTS LIST (QPL) FOR FEDERAL SUPPLY CLASS (FSC) 5935 CONNECTOR ASSEMBLIES AND CONTACTS (SEP 2016) H05 BILATERAL INDEFINITE-DELIVERY CONTRACT (IDC) BELOW THE SIMPLIFIED ACQUISITION THRESHOLD (SAT) (SEP 2017) H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L02 Electronic Order Transmission (SEP 2016) 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 (APR 2018) L09 Reverse Auction (OCT 2016) L10 Competing Individual Delivery Orders Through Reverse Auctions (OCT 2016) L12 Combined Historically Underutilized Business Zone (HUBZone)/Small Business Set-Aside Instructions � Type 1 (AUG 2017) L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) M06 Evaluation of Offers for Part Numbered Items (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 A3: Government Purchase Card Method of Payment 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 G4: Invoicing Instructions For Contractor 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 03:00 PM EST local time on 17 May 2022. POC for this solicitation is Emily Bateman who can be reached by email emily.bateman@dla.mil. METHOD OF SUBMISSION:� Offers shall be emailed. Please submit quotations via email at Emily.bateman@dla.mil Quotes also to: DLA-KME-QUOTATIONS@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. All quotes shall include price(s), FOB point, Cage Code, TIN, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e647f2c701a742f8bdcc2a22973d981e/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06314976-F 20220505/220503230102 (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 |