Paint
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This a... This is a combined synopsis/solicitation for commercial products 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; quotes are being requested and a written solicitation will not be issued. The RFQ number is N42158-22-Q-S018. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and the DFARS Change notice 20220128. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This synopsis/solicitation incorporates one or more solicitation provisions and contract clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Interested parties are cautioned that the listed provisions may include blocks that must be completed and submitted. The full text of some provisions and clauses may be accessed electronically at the following addresses: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ The NAICS code is 325510 and the small business standard is 1,000 employees. The PSC for this requirement is 8010. This proposed firm fixed price (FFP) contract action is for commercial paints. Please review the attached continuation reports for line item numbers, descriptions, units of issue, and quantities. Interested parties may identify their interest, capability to respond to the requirement, and submit quotes. Two line items being solicited specify a required brand name. Vendors submitting quotes must do so in accordance with the specified brand names. Redacted versions of the brand name justifications executed IAW FAR 13.106-1(b) and FAR 13.106-3(b)(3)(i) are attached. The brand name justifications only apply to those specific line items, not the acquisition as a whole. Delivery is F.O.B. Destination. System for Award Management (SAM): Interested parties must be registered in the SAM database to be considered for award. Registration can be completed on-line at https://sam.gov/. All quotes must adhere to the following: 1. Quotes must be submitted on the continuation reports by clearly identifying the unit price, total amount, and earliest delivery date for each line item. 2. Quotes must include (i) price(s), (ii) a point of contact, name and phone number, (iii) business size, (iv) CAGE Code, (v) DUNS Number, and (vi) payment terms. 3. Quotes must be accompanied by a representation of the vendors current status in meeting the standard of Section 889(a)(1)(B). This representation must be completed by completing the pertinent representations within the attached document titled “Representation”. 3.(a). Complete the attached Representation (FAR 52.212-3 Alt I) or provide a statement that a completed Representation is available on SAM. 3.(b). When making your representation, you will also need to state that you (or the person making the representation) are authorized by your company to make this representation. 3.(c). Pertaining to FAR 52.204-24, if your company replies “will” in paragraph (d)(1) or “does” in paragraph (d)(2), you are required to provide the additional information in paragraph (e)(1) or e(2) respectively, of the provision. 4. Quotes must clearly indicate the capability of the vendor to meet all specifications and requirements in the attached continuation reports. Award will be made to the lowest-priced technically-acceptable offer. Responses to this solicitation are due by 5:00 pm Eastern on 9 March 2022. Email quotes to eric.lofquist@navy.mil. Quotes shall be valid for sixty (60) days (at minimum). Attachment 1: Continuation Reports Attachment 2: Representation Attachment 3: Brand Name Justification – 1355V116 (Redacted) Attachment 4: Brand Name Justification – 1354V164 (Redacted) The following provisions and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2021 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services DEC 2021 52.212-3 Alt I Offeror Representations and Certifications—Commercial Products and Commercial Services (NOV 2021) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services DEC 2021 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services DEC 2021 (22)(i) 52.219-28 Post-Award Small Business Program Representation SEP 2021 (27) 52.222-3 Convict Labor JUN 2003 (29) 52.222-21 Prohibition of Segregated Facilities APR 2015 (30)(i) 52.222-26 Equal Opportunity SEP 2016 (35)(i) 52.222-50 Combating Trafficking in Persons NOV 2021 (45) 52.223-20 Aerosols JUN 2016 (51) 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 (58) 52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018 (60) 52.232-36 Payment by Third Party MAY 2014 (e)(1)(xiii)(A) 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-19 (Dev) Child Labor – Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) JUL 2020 52.223-3 Hazardous Material Identification and Material Safety Data FEB 2021 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 52.225-18 Place of Manufacture AUG 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2021 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions NOV 2020 52.252-6 Authorized Deviations in Clauses 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 SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 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 2021 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.211-7003 Item Unique Identification and Valuation MAY 2016 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program—Basic DEC 2017 252.225-7002 Qualifying Country Sources as Subcontractors DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.225-7972 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) MAY 2020 252.225-7973 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation (DEVIATION 2020-O0015) MAY 2020 252.225-7974 (Dev) Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) FEB 2020 252.232-7003 Electronic Submissions of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contact Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration APR 2020 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea FEB 2019 C-202-H001 ADDITIONAL DEFINITIONS—BASIC (NAVSEA) (OCT 2018) OCT 2018 C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) JAN 2019 E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) OCT 2018 G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) OCT 2018 G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) OCT 2018
Data sourced from SAM.gov.
View Official Posting »