Search Contract Opportunities

Cap W/Fibrous Glass Cloth Cover, DOD-I-24688, Type I   2

ID: SPMYM325Q6061 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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 SAM.gov. The RFQ number is (SPMYM325Q6061). This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 January 17, 2025. and DFARS Change Notice 20250117. 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 and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html.

The FSC Code is (5640) and the NAICS code is (238310). The Small Business Standard is $19 million. This requirement is being processed utilizing full and open competition.

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.

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: * Interested parties are required to fill out the request for quote in the attachment section, titled, 25Q6061 RFQ Required to be considered for award. *

ITEM DESCRIPTION QTY U/I

0001 CAP W/FIBROUS GLASS 300 EA

CLOTH COVER, DOD-I-24688, TYPE I

PER ATTACHMENT 0001

0002 DATA REQUIREMENTS 1 EA

A001 EXHIBIT A, SEQ A001

SEE EXHIBIT A SEQ A001: CDRL DI-MISC-80678 (CERTIFICATION/

DATA REPORT - CERTIFICATION OF COMPLIANCE)

*NOTE: Drawings to be provided separately upon request and receipt of a valid DD Form 2345 and signed security agreement.

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

52.204-7, System for Award Maintenance

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24* See Attachment for this provision

52.204-26* See Attachment for this provision

52.204-29 FASCSA Representation* 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 Products and Commercial Services

52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services

52.212-4, Contract Terms and Conditions Commercial Items

52.219-1 Alt 1 Small Business Program Representations

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

52.233-2 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:

52.203-19, 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

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.204-27

Prohibition on a ByteDance Covered Application

52.204-30

FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

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

52.222-50

Combating Trafficking in Persons

52.223-11

Ozone Depleting Substances

52.223-18

Encouraging Contractors to Ban Text Messaging While Driving

52.223-21

Foams

52.225-1

Buy American-Supplies

52.225-13

Restriction on Certain Foreign Purchases

52.232-33

Payment by EFT-SAM

52.232-36

Payment by Third Party

52.247-64

Preference for Privately Owned US-Flag Commercial Vessels

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 Antiterrorism Awareness Training for Contractors.

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013)

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

252.204-7024 Notice on the Use of the Supplier Performance Risk System

252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

252.211-7003, Item Unique Identification and Valuation

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

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 and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7048, Export Controlled Items

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.231-7000, Supplemental Cost Principles.

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

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)

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 (MAR 2023)

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 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

L06 Agency Protests (DEC 2016)

L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations

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 A3: Government Purchase Card Method of Payment Additional Info

YM3 C500: Mercury Control (Supplies)

YM3 C528: Specification Changes

YM3 D2: Marking of Shipments

YM3 D4: Preparation for Delivery

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 (6/18/2025 3pm EST). The Point of Contact for this solicitation is (Jannell Moriarty) who can be reached at (jannell.moriarty@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/.

I not the actual manufacturer Manufacturer's Name, Location, and Business Size must be provided.

Please submit quotations via email at (jannell.moriarty@dla.mil).

Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL

All quotes shall include price(s), FOB point, Cage Code, 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. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, PayPal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

*If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF.

******* END OF COMBINED SYNOPSIS/SOLICITATION ********

Background
The Portsmouth Naval Shipyard is seeking qualified sources capable of providing commercial items as part of a combined synopsis/solicitation. The agency's mission focuses on maintaining and repairing naval vessels, and this contract aims to procure specific materials necessary for their operations. The solicitation is issued under full and open competition, emphasizing the importance of compliance with applicable clauses and provisions.

Work Details
The contract includes the following items:

1. **CAP W/FIBROUS GLASS**
- **Description**: Cloth cover, DOD-I-24688, Type I
- **Quantity**: 300 EA
- **Unit of Issue**: Each (EA)

2. **DATA REQUIREMENTS**
- **Description**: A001 Exhibit A, SEQ A001
- **Quantity**: 1 EA
- **Details**: Certification/Data Report - Certification of Compliance (CDRL DI-MISC-80678)

*Note: Drawings will be provided separately upon request with a valid DD Form 2345 and signed security agreement.*

Place of Performance
The products will be delivered to the Portsmouth Naval Shipyard located in Portsmouth, NH.

Overview

Response Deadline
June 18, 2025, 3:00 p.m. EDT Past Due
Posted
June 5, 2025, 2:28 p.m. EDT (updated: June 9, 2025, 8:58 a.m. EDT)
Set Aside
None
Place of Performance
Kittery, ME 03904 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 6/5/25 DLA Land and Maritime issued Synopsis Solicitation SPMYM325Q6061 for Cap W/Fibrous Glass Cloth Cover, DOD-I-24688, Type I due 6/18/25. The opportunity was issued full & open with NAICS 238310 and PSC 5640.
Primary Contact
Name
Jannell Moriarty   Profile
Phone
(207) 438-6395

Secondary Contact

Name
DLA-KME EMAIL BOX   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation SPMYM325Q6061

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SPMYM325Q6061

Award Notifications

Agency published notification of awards for Synopsis Solicitation SPMYM325Q6061

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPMYM325Q6061

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPMYM325Q6061

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA MARITIME > DLA MARITIME SHIPYARDS > DLA MARITIME - PORTSMOUTH
FPDS Organization Code
97AS-SPMYM3
Source Organization Code
500032827
Last Updated
July 4, 2025
Last Updated By
jannell.moriarty@dla.mil
Archive Date
July 3, 2025