Swagelok Ball Valves
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159608538970814 |
Posted Date: | May 6, 2023 |
Due Date: | May 10, 2023 |
Solicitation No: | N3225323Q0041 |
Source: | https://sam.gov/opp/b92db53918... |
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
- Original Published Date: May 05, 2023 04:57 pm HST
- Original Date Offers Due: May 10, 2023 10:00 am HST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 25, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4820 - VALVES, NONPOWERED
-
NAICS Code:
- 332919 - Other Metal Valve and Pipe Fitting Manufacturing
-
Place of Performance:
JBPHH , HI 96860USA
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: 4820
2. NAICS Code: 332919
3. Subject: Swagelok Ball Valve
4. Solicitation Number: N32253-23-Q-0041
5. Set-Aside Code: SMALL BUSINESS
6. Response Date: 05/10/2023
7. Place of Delivery/Performance:
PEARL HARBOR NAVAL SHIPY ARD & IMF
667 SAFEGUARD ST., STE. 100, CODE 410
JBPHH HI 96860-5033
8. Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
THIS IS A BRAND NAME ONLY SOLICITATION SET ASIDE FOR SMALL BUSINESS
(ii) The solicitation number is N32253-23-Q-0041. This acquisition is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 issued on 03/16/2023.
(iv) The associated NAICS code is 332919. The small business size standard is 1000 employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001: 13 EA: ½” Ball Valve: SWAGELOK 1/2" BALL VALVE, SS-63TS8-E-LLK-NL, 1/2" SWAGELOK
TUBE ENDS, WITH EPR FLANGE O-RINGS, LATCH LOCKING HANDLE, NO LUBRICANT, NO
MOS2 SFL; SWAGELOK P/N: SS63TS8-E-LLK-NL. BRAND NAME ONLY
CLIN 0002: 36 EA: 1” Ball Valve: SWAGELOK 1" BALL VALVE, SS-65TS16-E-LLK-NL, 1" SWAGELOK
TUBE ENDS, WITH EPR FLANGE O-RINGS, LATCH LOCKING HANDLE, NO LUBRICANT, NO
MOS2 SFL; SWAGELOK P/N: SS65TS16-E-LLK-NL. BRAND NAME ONLY
CLIN 0003: 8 EA: 1” Ball Valve, NPT: SWAGELOK 1" BALL VALVE, SS-65TF16-E-LLK-NL, 1" FEMALE
NPT PORTS, WITH EPR FLANGE O-RINGS, LATCH LOCKING HANDLE, NO LUBRICANT, NO
MOS2 SFL; SWAGELOK P/N: SS-65TF16-E-LLK-NL. BRAND NAME ONLY
MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED OR COME IN DIRECT
CONTACT WITH HARDWARE OR SUPPLIES FURNISHED UNDER THIS PROCUREMENT.
(vi) Description of requirements: SEE ABOVE
(vii) Delivery is required by 9/1/2023. The FOB point is destination.
(viii) The provision at 52.212-1, Instructions to Offerors applies to this acquisition. In addition to the requirements set forth in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
a. Basis for Contract Award
This will be a Lowest Price Technically Acceptable (LPTA) evaluation conducted in accordance with
(IAW) Federal Acquisition Regulation (FAR) 13 Simplified Acquisition Procedures, as supplemented by
the Defense Federal Acquisition Regulation Supplement (DFARS), and Navy Marine Corps Acquisition
Regulation Supplement (NMCARS). These regulations are available electronically at
https://www.acquisition.gov. A contract may be awarded to the contractor who is deemed responsible
in accordance with the FAR part 9.1.
b. Solicitation Requirements, Terms and Conditions
Offered material shall meet the requirement specifications and comply with the terms and condition
set forth herein and in the resultant contract. Failure to comply with the terms and conditions of the
solicitation may result in the contractor being ineligible for award. Contractors must clearly identify
any exception to the solicitation terms and conditions and must provide complete supporting
rationale. The Government reserves the right to determine any such exceptions unacceptable.
RATING DESCRIPTION
Acceptable Material offered meets requirement specifications.
Unacceptable Material offered does not meet requirement specifications.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause - NONE
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-7 System for Award Management OCT 2018
52.204-8 Annual Representations and Certifications DEC 2022
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014
52.204-20 Predecessor of Offeror AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-22 Alternative Line Item Proposal JAN 2017
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.212-1 Instructions to Offerors--Commercial Products and Commercial Services NOV 2021
52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2022
52.222-26 Equal Opportunity SEP 2016
52.222-29 Notification Of Visa Denial APR 2015
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation
and Certifications.JUN 2020
52.222-50, Combating Trafficking in Persons (OCT 2020)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business SubcontractorsNOV 2021
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.242-15 Stop-Work Order AUG 1989
52.243-1 Changes--Fixed Price AUG 1987
52.246-1 Contractor Inspection Requirements APR 1984
52.246-2 Inspection Of Supplies--Fixed Price AUG 1996
52.246-15 Certificate of Conformance APR 1984
52.247-34 F.O.B. Destination NOV 1991
52.252-5 Authorized Deviations In Provisions NOV 2020
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7007 Alternate A, Annual Representations and Certifications MAY 2021
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information JAN 2023
252.204-7012 Safeguarding Covered Defense Information and CyberIncident Reporting JAN 2023
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023
252.204-7016 Covered Defense Telecommunications Equipment or Services-- Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation
MAY 2021
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022
252.204-7020 NIST SP 800-171 DoD Assessment Requirements JAN 2023
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
SEP 2019
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7001 Buy American And Balance Of Payments Program--Basic JAN 2023
252.225-7031 Secondary Arab Boycott Of Israel JUN 2005
252.225-7048 Export-Controlled Items JUN 2013
252.231-7000 Supplemental Cost Principles DEC 1991
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.244-7000 Subcontracts for Commercial Products or Commercial Services JAN 2023
252.246-7003 Notification of Potential Safety Issues JAN 2023
252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System JAN 2023
252.246-7008 Sources of Electronic Parts JAN 2023
252.247-7023 Transportation of Supplies by Sea JAN 2023
(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS/NAVSEA clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A
FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND
RESPONSIBILITIES (NAVSEA) (OCT 2018)
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
(xv) The following notes apply to this announcement:
The resultand contract will be issued as firm fixed price with method of payment via Wide Area Workflow (WAWF)
(xvi) Offers are due on 05/10/2023 by 10:00AM Hawaii Standard time. Submissions should be emailed to Lyndon Paloma at lyndon.g.paloma.civ@us.navy.mil.
For information regarding this solicitation, please contact Lyndon Paloma at lyndon.g.paloma.civ@us.navy.mil. Please be advised that .zip and .exe files cannot be accepted.
- 667 SAFEGUARD ST SUITE 100
- PEARL HARBOR , HI 96860-5033
- USA
- Lyndon Paloma
- lyndon.g.paloma.civ@us.navy.mil
- Phone Number 80847380006836
- Caroline Bruseski
- caroline.e.bruseski.civ@us.navy.mil
- May 05, 2023 04:57 pm HSTCombined Synopsis/Solicitation (Original)
- Apr 11, 2023 05:59 pm HST Sources Sought (Inactive)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.