Search Contract Opportunities

Excel Scaffolding   2

ID: SPMYM323Q3002 • 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
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 17, 2023, 12:43 p.m. EDT

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 13.5, 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 SPMYM3-23-Q-3002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 20230609. 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 5440 and the NAICS code is 323323. The Small Business Standard is 500 Employees. This requirement is being processed utilizing other than full and open competition (Sole Source).

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 procurement is sole sourced to Excel Scaffolding, Cage Code 93D98 on the basis of compatibility with existing scaffolding. The brand Excel, as manufactured by Deltak, is a proprietary design and there are no compatible brands in the market. Redacted J&A is attached to this solicitation.

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

Excel Item

P/N

QTY

CLIN 0001: Four Cup Leg VP4 Quantity of 50

CLIN 0002: Six Cup Leg VP6 Quantity of 50

CLIN 0003: Eight Cup Leg VP8 Quantity of 50

CLIN 0004: Twelve Cup Leg, VP12 Quantity of 50

CLIN 0005: Sixteen Cup Leg, VP16 Quantity of 50

CLIN 0006: Twenty Cup Leg, VP20 Quantity of 250

CLIN 0007: 3' Plank Bearer, PB36 Quantity of 100

CLIN 0008: 4' Plank Bearer, PB48 Quantity of 350

CLIN 0009: 6' Plank Bearer, PB72 Quantity of 100

CLIN 0010: 8' Ledger, HL96 Quantity of 400

CLIN 0011: 12" Bearer, 1 Plank Bearer, BB12 Quantity of 20

CLIN 0012: 3' Board Bracket (with pin), SB36 Quantity of 20

CLIN 0013: Fixed Base Screw Jack, FBJ Quantity of 75

CLIN 0014: Universal Stair Stringer Base-8 Step, SSB-8 Quantity of 2

CLIN 0015: Universal Stair Stringer Base-10 Step, SSB-10 Quantity of 6

CLIN 0016: Diagonal Swivel Base, DSB Quantity of 100

CLIN 0017: 3' Steel Plank, SP36, Quantity of 100

CLIN 0018: 4' Steel Plank, SP48 Quantity of 100

CLIN 0019: 6' Foot Steel Plank, SP72 Quantity of 56

CLIN 0020: 8' Foot Steel Plank, SP96 Quantity of 672

CLIN 0021: 8' x 6" Plank, 6SP96 Quantity of 25

CLIN 0022: 4' Truss, TR4 Quantity of 16

CLIN 0023: 8' Truss, TR8 Quantity of 30

CLIN 0024: 16' Truss, TR16 Quantity of 18

CLIN 0025: Horizontal Rack, HR1 Quantity of 20

CLIN 0026: Folding Wire Basket, FWB Quantity of 2

CLIN 0027: Interim Horizontal Adapter-Locking, IHA-L Quantity of 32

CLIN 0028: Freight for CLINS 0001-0027 Quantity of 1 LOT.

NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26 AND 252.204-7016 AND INCLUDE THE COMPLETED PROVISIONS WITH

THEIR OFFER.

FAR CLAUSES AND PROVISIONS

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

52.204-7, System for Award Maintenance

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-13, SAM Maintenance

52.204-16, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-20, Predecessor of Offeror

52.204-21, Basic Safeguarding of Covered Contractor Information Systems

52.204-24* See Attachment for this provision

52.204-26* See Attachment for this provision

52.204-27 Prohibition on a ByteDance Covered Application

52.209-5, Certification Regarding Responsibility Matters

52.209-7, Information Regarding Responsibility Matters

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-Commercial Items

52.212-3, Offeror Reps and Certs

52.212-4, Contract Terms and Conditions Commercial Items

52.216-1, Type of 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

52.232-39, 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

52.246-2, Inspection of Supplies-Fixed Price

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

52.203-6

Restrictions on Subcontractor Sales

52.204-10

Reporting Executive Compensation

52.209-6

Protecting the Government's Interest

52.209-9

Updates of Publicly Available Information

52.219-8

Utilization of Small Business Concerns

52.219-14

Limitations on Subcontracting

52.219-28

Post-Award Small Business Program Representation

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

52.222-40

Notification of Employee Rights

52.222-50

Combating Trafficking in Persons

52.222-54

Employment Eligibility Verification

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

52.247-64

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, System for Award Management

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

252.204-7011 Alternative Line Item Structure

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.

252.204-7022, Expediting Contract Closeout

252.205-7000, Provision of Information to Cooperative Agreement Holders

252.209-7004, Subcontracting with Firms that are owned or controlled by the Government of a Country that is a State Sponsor of Terrorism

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

252.211-7003, Item Unique Identification and Valuation

252.211-7008, Use of Government-Assigned Serial Numbers

252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors

252.223-7001, Hazard Warning Labels

252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7012 Preference for Certain Domestic Commodities.

252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program-Basic

252.225-7048, Export Controlled Items

252.225-7012, Preference for Certain Commodities

252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten

252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

252.232-7003, Electronic Submission of Payment Requests

252.231-7000, Supplemental Cost Principles.

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

252.246-7003, Notification of Potential Safety Issues

252.247-7022, Representation of Extent of Transportation by Sea

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 (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 Awardee 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 (APR

2018)

L09 Reverse Auction (OCT 2016)

L31 Additive Manufacturing (JUN 2018)

M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)

M06 Evaluation of Offers of Alternate Product for Part Numbered Items

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 15:00PM EST on Wednesday July 19th, 2023. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at Rachel.mccluskey@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 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, and business size. 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.

Posted: July 12, 2023, 12:17 p.m. EDT

Overview

Response Deadline
July 19, 2023, 3:00 p.m. EDT (original: July 17, 2023, 3:00 p.m. EDT) Past Due
Posted
July 12, 2023, 12:17 p.m. EDT (updated: July 17, 2023, 12:43 p.m. EDT)
Set Aside
None
Place of Performance
Kittery, ME 03904 United States
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Sole Source
On 7/12/23 DLA Land and Maritime issued Synopsis Solicitation SPMYM323Q3002 for Excel Scaffolding due 7/19/23. The opportunity was issued full & open with NAICS 332323 and PSC 5440.
Primary Contact
Name
Rachel McCluskey   Profile
Phone
(207) 361-7868

Documents

Posted documents for Synopsis Solicitation SPMYM323Q3002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SPMYM323Q3002

Award Notifications

Agency published notification of awards for Synopsis Solicitation SPMYM323Q3002

Contract Awards

Prime contracts awarded through Synopsis Solicitation SPMYM323Q3002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPMYM323Q3002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPMYM323Q3002

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
Aug. 3, 2023
Last Updated By
rachel.mccluskey@dla.mil
Archive Date
Aug. 3, 2023