USS CARTER HALL (Main Propulsion Diesel Engine Parts)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jan 12, 2022 11:11 am EST
- Original Date Offers Due: Jan 18, 2022 07:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 02, 2022
- Initiative:
- None
Classification
- Original Set Aside: 8(a) Sole Source (FAR 19.8)
- Product Service Code: 4320 - POWER AND HAND PUMPS
- NAICS Code:
- 333618 - Other Engine Equipment Manufacturing
- Place of Performance: Norfolk , VA 23511USA
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 13.5, using Simplified Procedures for Certain Commercial Items. 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 (https://www.beta.sam.gov/).
The RFQ number is N5005422Q0029. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-03 and DFARS Change Notice 20211230.
The Government intends to solicit and contract with only one source Fairbank Morse, for the Main Propulsion Diesel Engine Parts under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement and submit quotes. This notice of intent is not a request for competitive quotes. Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
Applicable Information:
FSC code is: 4320
NAICS code is 333618
Required Delivery Date (RDD) or Period of Performance (POP): 1/14/2022
Delivery Location:
DLA Distribution Norfolk RMC PROJ
Bunker Hill Towaway BLDG X136
Norfolk VA. 23511
Shipping Terms: Shipping shall be FOB Destination (see FAR 52.247-34)
System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall be submitted via Microsoft Word or Excel spreadsheet, and/or Adobe PDF. Quotes must include price(s), FOB destination, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Responses to this solicitation are due by 7 am EST on 1/18/2022. Quotes shall be emailed to Duane.foster1@navy.mil. No hard copies will be accepted.
Quotes shall be valid for sixty (60) days (at a minimum).
Provisions and Clauses:
The following FAR and DFARS provision and clauses are applicable to this procurement by reference. Please see provisions and clauses (in full text) that are also applicable to this procurement. FAR 52.212-5 has been completed and attached to this solicitation for all applicable calluses. Note: supplementary provisions and clauses may be added/removed prior to award. 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 websites:
FAR: www.acquisition.gov
DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
NMCARS: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors-Commercial Items.
52.212-2 Evaluation-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.212-4 Contract Terms and Conditions -- Commercial Items.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items. See Attachment I
52.219-4 Notice of Price Evaluation Preference for HUBZone 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
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.240-22 Alternative Line Item Proposal
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements 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
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.211-7003 Item Unique Identification and Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American--Balance of Payments Program Certificate
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report
252.247-7023 Transportation of Supplies by Sea
Provisions and Clauses in full text:
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.
As prescribed in 4.2105(c), insert the following provision:
Covered Telecommunications Equipment or Services-Representation (Oct 2020)
(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".
(c)
(1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.
(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
(End of provision)
FAR 52.247-34 F.o.b. Destination.
As prescribed in 47.303-6(c), insert the following clause:
F.o.b. Destination (Nov 1991)
(a) The term "f.o.b. destination," as used in this clause, means-
(1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and
(2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.
(b) The Contractor shall-
(1)
(i) Pack and mark the shipment to comply with contract specifications; or
(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;
(2) Prepare and distribute commercial bills of lading;
(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;
(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;
(5) Furnish a delivery schedule and designate the mode of delivering carrier; and
(6) Pay and bear all charges to the specified point of delivery.
(End of clause)
Attachments:
ATTACHMENT I: FAR 52.212-5 in full text
ATTACHMENT I1: Statement of Work
ATTACHMENT III: Redacted Justification and Approvals
Attachments/Links
Contact Information
Contracting Office Address
- 9727 AVIONICS LOOP BLDG LF-18
- NORFOLK , VA 23511-2124
- USA
Primary Point of Contact
- Duane J. Foster
- duane.foster1@navy.mil
- Phone Number 7574000331
Secondary Point of Contact
- Shannon Caldow
- shannon.caldow@navy.mil
History
- Feb 02, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Original)