Skip to main content

An official website of the United States government

You have 2 new alerts

Brand Name Mandatory Haki Fabric

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 (Updated)
  • Updated Published Date: Dec 09, 2022 11:09 am EST
  • Original Published Date: Nov 25, 2022 03:22 pm EST
  • Updated Date Offers Due: Dec 15, 2023 05:00 pm EST
  • Original Date Offers Due: Dec 12, 2023 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 30, 2023
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5340 - HARDWARE, COMMERCIAL
  • NAICS Code:
    • 332510 - Hardware Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA

Description

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 PROVISIONS

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

52.209-5, Certification Regarding Responsibility Matters

52.204-19, Incorporation by Reference of Representations and Certifications

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;

52.212-3, 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

52.233-2 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

52.253-1, 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

52.209-6 Protecting the Government's Interest

52.219-4 Notice of Price Evaluation Preference for HUBZone

52.219-28  Post-Award Small Business Program Representation

52.222-3  Convict Labor

52.222-19 Child Labor

52.222-21  Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

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.

252.204-7019, *See Attachment for this provision.

252.204-7020,  NIST SP 800-171 DoD Assessment Requirements

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

252.232-7017, Accelerating Payments to Small Business SubContractors-Prohibition on Fees and Consideration.

252.243-7001, Pricing of Contract Modifications

252.243-7002, Requests for Equitable Adjustment

252.244-7000, Subcontracts for Commercial Items

252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System

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)

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 (APR

2018)

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 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 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.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.

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION (DLA-KME)
  • PORTSMOUTH , NH 03801-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History