Flush Latch Push Button Assembly P/N H600 H600-S-100-A-218

Agency: DEPT OF DEFENSE
State: Maine
Type of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Posted: May 25, 2023
Due: Jun 1, 2023
Solicitation No: SPMYM323Q3108
Publication URL: To access bid details, please log in.
Follow
Flush Latch Push Button Assembly P/N H600 H600-S-100-A-218
Active
Contract Opportunity
Notice ID
SPMYM323Q3108
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA MARITIME
Sub Command
DLA MARITIME SHIPYARDS
Office
DLA MARITIME - PORTSMOUTH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 25, 2023 04:36 pm EDT
  • Original Date Offers Due: Jun 01, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5340 - HARDWARE, COMMERCIAL
  • NAICS Code:
    • 332510 - Hardware Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 SPMYM323Q3108. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Change Notice 2023-0427. 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 5340 and the NAICS code is 332510 and the Small Business Standard is 750. This is a 100% Small Business Set Aside solicitation.



Evaluation criteria is Lowest Price Technically Acceptable (LPTA), and TRACEABILITY DOCUMENTATION must be provided with quotation.



SPRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.



This requirement is BRAND NAME MANDATORY due to the following: This is a Direct Replacement Part per OEM per DWG 7067912/XA; Equipment must be compatible in all aspects (form, fit and function) with existing systems, no other substitute parts will work; This item is Proprietary, and the proprietary data is property of HARTWELL CORP; This assembly has no detail drawing and the assembly drawing list HARTWELL CORP.

Quotations received that represent a different manufacturer will not be considered for award.



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:



CLIN 0001: Quantity Four (4) Each, Flush Latch Push Button Assembly, PC-38 OF DWG 7067912-XA and Hartwell Corp P/N-H600-S-100-A-218 (also EB P/N: 211058464).





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:



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

52.204-13, SAM Maintenance

52.204-16 Commercial and Government Entity Code Reporting.

52.204-17 Ownership or Control of Offeror.

52.204-18 Commercial and Government Entity Code 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

52.211-14, 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

52.233-2 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:

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



Plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:



52.219-6 Notice of Total Small Business Set-Aside

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

52.222-50 Combating Trafficking in Persons

52.223-11 Ozone Depleting Substances

52.223-18 Encouraging Contractors to Ban Text Messaging While Driving

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

252.204-7015, 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

252.223-7006, 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

252.225-7036 __ Basic, _X_ Alt I, __Alt IV, Buy American Free Trade Agreements

252.225-7048, Export Controlled Items

252.225-7012, Preference for Certain Commodities

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

252.232-7017, 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

252.247-7023, 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)

5452.233-9001, 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)

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 it’s ALT I if not updated in SAM.



This announcement will close at 03:00 PM EST local time on 1 June 2023. POC for this solicitation is Emily Bateman who can be reached by email (below).



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, 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 ********




Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIVISION (DLA-KME)
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 25, 2023 04:36 pm EDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Nitrogen Trailer Rental - Portsmouth Naval Shipyard Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/13/2024

bid # due date due time commodity attachments addenda 2024-030 31-May-2024 11:59 pm

University of Maine

Bid Due: 5/31/2024

bid # due date due time commodity attachments addenda 2024-055 29-Apr-2024 11:59 pm

University of Maine

Bid Due: 4/29/2024

Montgomery Street Storm Drain Extension The City of Bangor invites sealed proposals from

City of Bangor

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.