Closed Solicitation · DEPT OF DEFENSE

    HEADER ASSEMBLY (EB SPEC 2982/1-001)

    Sol. SPMYM325Q9004Combined Synopsis/SolicitationPORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Jan 24, 2025
    POSTED
    Jan 3, 2025
    Publication date
    NAICS CODE
    335931
    Primary industry classification
    PSC CODE
    5935
    Product & service classification

    AI Summary

    The Department of Defense, through the Defense Logistics Agency, is seeking bids for a Header Assembly (EB SPEC 2982/1-001) under solicitation number SPMYM325Q9004. This combined synopsis/solicitation is issued in accordance with FAR part 12 and Simplified Acquisition Procedures found in FAR 13, and it will be posted on BETASAM. The solicitation is classified under NAICS code 335931 and has a Federal Supply Code (FSC) of 5935. The closing date for submissions is January 24, 2025, at 12:00 PM EST.

    Contract details

    Solicitation No.
    SPMYM325Q9004
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    January 3, 2025
    Response Deadline
    January 24, 2025
    NAICS Code
    335931AI guide
    PSC / Class Code
    5935
    Contract Code
    97AS
    Primary Contact
    Tasha Dooley
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    product

    Description

    Header Assembly (EB SPEC 2982/1-001)

    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 BETASAM.  The RFQ number is SPMYM325Q9004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-02 January 03, 2025, and DFARS Publication Notice 20241218. 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 5935 and the NAICS code is 335931. This requirement is being processed as Full & Open. The Small Business Standard is 600. 

    Solicitation closes on Friday, January 24, 2025, at 12:00pm est.

    NOTE: Offerors must complete the attached Combined Synopsis Solicitation SPMYM325Q9004 and attached Provisions and Clauses and include the completed Provisions with their offer to be considered for award. Quotes must be e-mailed to tasha.dooley@dla.mil and also DLA-KME-QUOTATIONS@DLA.MIL.

    ***

    Evaluation criteria is Lowest Price Technically Acceptable (LPTA) and “All or None”. If no offers are received which meet or exceed the Government’s RDD provided below, award may proceed to the LPTA offeror and may be made based on soonest delivery. PPIRS will be used to determine vendor responsibility.  Potential contractors will be screened for responsibility in accordance with FAR 9.104.

                                                                                                    Government RDD: ASAP

    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. Place of Manufacture / Country of Origin Required.

    Quotes must be e-mailed to tasha.dooley@dla.mil  and also DLA-KME-QUOTATIONS@DLA.MIL

    Your Company Info:

    Phone:

    Email:

    Cage Code:

    **Note: Vendor shall list the country of origin for each line item

    SHIP TO:

    Portsmouth Naval Shipyard

    C/O Naval Base Point Loma

    PNS Detachment San Diego

    San Diego, CA 92106

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

    ITEM DESCRIPTION                                         QTY      U/I           Unit Price        Total Price

    CLIN 0001: Header PN 1112137-301                          1          EA            _________        __________  

                         EB2982/1-002             

    Header, PN EB2982/1-002, DGO PN 1112137-301 or equivalent, salient characteristics: Header to be manufactured IAW EB Spec 2982 REV E. Pins shall be installed in header. Material to be NI-CU-AL, QQ-N-286 Form 2, Annealed (HF or CD), and age hardened. This part will be installed in ASSY EB 2982/1-001 MOD, PC 75 of Drawing 113-5858370 Latest revision.

    CLIN 0002: Header PN 1112137-301                          1          EA          __________     __________ 

                        EB2982/1-002

    Same as CLIN 0001

    If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.

    NOTE:  OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-25, 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 Items;

    52.212-3, Offeror Reps and Certs

    52.212-4, Contract Terms and Conditions – Commercial Items

    52.219-1, Alt 1 Small Business Program Representations

    52.222-22, Previous Contracts & Compliance Reports

    52.222-25, Affirmative Action Compliance

    52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation

    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

    52.204-10 Reporting Executive Compensation

    52.204-27 Prohibition on a ByteDance Covered Application

    52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

    52.209-6 Protecting the Government's Interest

    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

    52.222-21 Prohibition of Segregated Facilities

    52.222-26 Equal Opportunity

    52.222-36 Equal Opportunity for Workers with Disabilities

    52.222-50 Combating Trafficking in Persons

    52.223-11 Ozone Depleting Substances

    52.223-18 Encouraging Contractors to Ban Text Messaging While Driving

    52.225-3 Buy American-Free Trade Agreements

    52.225-13 Restriction on Certain Foreign Purchases

    52.232-33 Payment by EFT-SAM

    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

    252.204-7015, 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.

    252.204-7024 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

    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.

    252.232-7006, 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)

    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 (SEP 2016)

    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

    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)

    M06 Evaluation of Offers for Part Numbered Items (SEP 2016)

    LOCAL CLAUSES (See Attachment for Full Text):

    YM3 A1: Additional Information

    YM3 C500: Mercury Control (Supplies)

    YM3 C528: Specification Changes

    YM3 D2.2: 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 its ALT I if not updated in SAM.

    This announcement will close on Friday, January 24, 2025, at 12:00pm est.  The Point of Contact for this solicitation is Tasha Dooley who can be reached at tasha.dooley@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 bids via email at tasha.dooley@dla.mil and 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, business size, 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 *******

    Key dates

    1. January 3, 2025Posted Date
    2. January 24, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    HEADER ASSEMBLY (EB SPEC 2982/1-001) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.