Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

45 -- SANITARY TANK #2 CLEANING ABOARD US SUBMARINE WHILE IN DRY DOCK AT PORTSMOUTH NAVAL SHIPYARD - Sanitary Tank Cleaning

Notice Date
10/31/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904020Q0014
 
Archive Date
11/22/2019
 
Point of Contact
Michael L. Harris, Phone: 207-438-1358
 
E-Mail Address
michael.l.harris11@navy.mil
(michael.l.harris11@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DD_2345 Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N3904020Q0014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-93 and DFARS Change Notice 20161222. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 562998. The small business size standard for NAICS Code 562998 is $7.5 Million. This procurement is being solicited as unrestricted and seeks vendors capable of providing the following: 0001 Vendor Services, Sanitary Tank #1; 1,850 gallons,1 Job in accordance with Attachment 1 Statement of Work 0002 Vendor Services, Sanitary Tank #2 Cleaning; 2,350 gallons,1 Jobin accordance with Attachment 1 Statement of Work 0003 Vendor Services, Sanitary Tank #3 Cleaning: 800 gallons1 Job in accordance with Attachment 1 Statement of Work 0004 Removal of Anodes, if found to be present prior to final cleaning, to be 1 Job Performed at the request of the Government, in accordance Attachment 1 Statement of Work *Reference Attachments: 1)Statement of Work, San Tank Cleaning (rev 01) (9 pages) 2)RFQ Form N3904020Q0014 3)DD-2345 Place of Performance of Items 0001 - 0004 is Portsmouth Naval Shipyard, Kittery, ME. Period of Performance for Items 0001 - 0004 is: 11/01/2019 - 01/01/2018 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 provision and clauses are applicable to this procurement:52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 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 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Facilities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.217-5 Evaluation of Options 52.217-7 Option for Increased Quantity - Separately Priced Line Items 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representation 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies (if supplies) 52.222-21 Prohibition of Segregated Facilities 52.225-25 Affirmative Action Compliance (if use 52.222-26) 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 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 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7007 Alt 1, System for Award Management Alternate A DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.215-7007 Notice of Intent to Resolicit DFARS 252.215-7008 Only One Offer DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea NAVSEA Clauses: C-202-H001 Additional Definitions-Basic (Navsea) C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea) C-211-H018 Approval By The Government (Navsea) C-215-H002 Contractor Proposal (Navsea) C-223-N002 Restrictions On Use Of Yellow Material (Navsea) (Oct 2018) C-223-H003 Exclusion Of Mercury (Navsea) C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Oct 2018) C-237-H002 Substitution Of Key Personnelc-247-H001 Permits And Responsibilities (Navsea) D-211-H002 Marking Of Reports (Navsea) D-247-H002 Packaging Of Supplies-Basic (Navsea) (Oct 2018) D-247-H004 - Marking and Packing Lists - Basic (Navsea) (Oct 2018) D-247-W001 Prohibited Packing Materials (Navsea) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (Navsea) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) G-242-W001 Contract Administration Functions H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) This announcement will close at 12:00 PM EST local time on 30 October 2019. Contact Michael Harris who can be reached by email at michael.l.harris11@navy.mil. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: •Technical Acceptability •Price •Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule). Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via the following methods in order of preference: 1) Email to michael.l.harris11@navy.mil or; 2) Mail to: Contracting and Logistics Department ATTN: Michael Harris, Contract Specialist Portsmouth Naval Shipyard, Code 410 Portsmouth, NH 03801 All Offerors are requested to fill out the RFQ Form # N3904020Q0014 in its entirety. No deviation from the Statement of Work is authorized. NOTE: In addition, per page 9 of the Statement of Work, Section 5, Item 5.2, a Quality Assurance Plan (QAP) must be submitted together with the proposal. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 562998, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6a676925cdd4fe5b6e85a538fb67ce7a)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN05487177-W 20191102/191031230658-6a676925cdd4fe5b6e85a538fb67ce7a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.