Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

K -- Modular Structure Removal

Notice Date
12/2/2019 6:16:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801 USA
 
ZIP Code
03801
 
Solicitation Number
N3904020Q0034
 
Response Due
12/20/2019 11:30:00 AM
 
Archive Date
01/04/2020
 
Point of Contact
Nathan R. Westman, Phone: 2074383881
 
E-Mail Address
nathan.westman@navy.mil
(nathan.westman@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 solicitation number for this procurement is N3904020Q0034 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-01, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190531.The North American Industry Classification System (NAICS) is 238390. The small Business Size Standard is $16.5M and this solicitation is for full and open competition.This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: nathan.westman@navy.milThe contractor shall complete the following services:- Modular Structure Removal Services in accordance with the attached Statement of Work. Drawings with be posted at a later date via an amendment, or provided at the site visit.Performance:Modular structure removal services shall be completed at the Portsmouth Naval Shipyard. The period of performance on the contract is 1/06/2019 - 1/31/2020 with two option years.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 (Jan 2017)52.204-2, Security Requirements (Aug 1996)52.204-7, System for Award Management (Oct 2016)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 (SAM) Maintenance (Oct 2016)52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)52.204-17, Ownership or Control of Offeror (Jul 2016)52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)52.204-20, Predecessor of Offeror (Jul 2016)52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)52.204-22, Alternative Line Item Proposal (Jan 2017)52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)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.52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use.52.211-15, Defense Priority and Allocation Requirements (Apr 2008)52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)52.212-2, Evaluation - Commercial Item (Oct 2014)Please provide any certificates and/or capability statements that demonstrate ability to prefrom the necessary work.52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 2017)52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017)52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2017)52.219-6 -- Notice of Total Small Business Set-Aside.52.219-28, Post Award Small Business Program Representation (Jul 2013)52.222-3, Convict Labor (Jun 2003)52.222-21, Prohibition of Segregated Facilities (Apr 2015)52.222-26, Equal Opportunity (Sep 2016)52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).52.222-50, Combating Trafficking in Persons (Mar 2015)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015)52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)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)52.247-34, F.O.B. Destination (Nov 1991)52.252-2, Clauses Incorporated by Reference (Feb 1998)52.252-6 -- Authorized Deviations in Clauses.Offerors shall include a completed copy of 52.212-3 and it's 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 (Sep 2011)DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016)DFARS 252.204-7000, Disclosure of Information (Oct 2016)DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001)DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) - Statistical Reporting in Past Performance Evaluations (Jun 2015)DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors.DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)DFARS 252.225-7031, 252.225-7031 Secondary Arab Boycott of Israel.DFARS 252.225-7048, Export Controlled Items (Jun 2013)DFARS 252.231-7000, 252.231-7000 Supplemental Cost Principles.DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)DFARS 252.237-7010, 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.DFARS 252.243-7001, Pricing of Contract Modifications.DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013)DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)L-237-W001 PREBID/PREPROPOSAL SITE VISIT (NAVSEA) (DEC 2018)(a) The Contracting Officer will conduct a site visit at the Portsmouth Naval Shipyard. All prospective offerors are urged to attend this site visit. Offerors attending the site visit will meet at the following time and location to be escorted to the site: Date: 12/10/2019Time: 9:00 AMLocation: Portsmouth Naval Shipyard(b) Offerors who plan to attend shall submit a visit request at least 5 days prior to the visit. Offerors shall comply with the base access requirements specified elsewhere specified in the solicitation to gain access to the site.(c) A copy of the visit request shall be forwarded to the Contract Negotiator via e-mail at: nathan.westman@navy.mil(d) Offerors shall not ask questions relative to the solicitation during the site visit. All questions shall be submitted as specified elsewhere in this solicitation.(e) Attendees shall abide by the following rules:(1) No cameras, tape recorders, or other reproduction devices are allowed. Cell phones with camera capability are permitted in unclassified areas only. The WiFi and Bluetooth must be disabled. No photography is permitted at any time. No hard copies of any Government documents (maps, hand-outs, etc.) shall be provided to offerors. Offerors are restricted to note-taking.(2) No explanation, remarks, or replies made by Government representatives in response to any inquiries during the Site Visit shall be construed as changing the terms or conditions of the solicitation. The definitive treatment of any such problems or questions shall be by formal solicitation amendment. Only the Contracting Officer can change the solicitation requirements.(3) Each visitor shall be required to sign in and sign out on the visit, and must stay with the site visit group at all times. No other meetings or discussions with Government personnel shall be permitted.(4) The Government reserves the right to inspect all material, briefcases, etc., entering or leaving Government facilities.(5) Only advance substitutions of offeror personnel are permitted.OFFERORS NOT COMPLYING WITH THESE RULES AND PROCEDURES MAY BE PRECLUDED FROM FURTHER SITE VISIT PARTICIPATION.(End of Provision)This announcement will close at 2:30 PM ET on Friday, 12/13/2019. Contact Nathan Westman at 207-438-3881 or email nathan.westman@navy.mil.Instructions to Offerors:METHOD OF PROPOSAL SUBMISSION: Inquiries to this posting shall be emailed to nathan.westman@navy.mil.Evaluation Criteria: Portsmouth Naval Shipyard intends to negotiate and award a contract on a lowest price technically acceptable (LPTA) basis.AWARD - SINGLE AWARD FOR ALL ITEMSDue to the interrelationship of the items involved, the right is reserved to make a single award to the responsive offeror whose total proposal on all items is low.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/.******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51eaa6b4d15443b7b595524e4f138608/view)
 
Place of Performance
Address: 37270, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05506285-F 20191204/191204045508 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.