Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

W -- Rental of Chemical Toilets

Notice Date
5/14/2020 8:54:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N39040Q00126
 
Response Due
5/28/2020 7:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Sharon Hall, Phone: 207-438-3853, Alexandra Johnson, Phone: 2074384472
 
E-Mail Address
sharon.e.hall@navy.mil, alexandra.johnson@navy.mil
(sharon.e.hall@navy.mil, alexandra.johnson@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 BETASAM. The Request for Quotation (RFQ) number is N3904020RC00126. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-05 and DFARS Change Notice 2020-0114. 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: https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/change_notices.html The NAICS code is 562991. The small business size standard for NAICS Code 562991 is $8 Million. This procurement is being solicited as a total small business set aside and seeks vendors capable of providing the following: Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.� Send to: sharon.e.hall@navy.mil The Portsmouth Naval Shipyard requests responses from sources capable of providing the rental of eight (8) chemical toilets, in accordance with the following: The Contractor shall provide the following: CLIN 0001: 43 Weeks������ Rental of eight (8) chemical toilets in accordance with attached Statement of Work � � � � � � � � � � � � � � � � � � � � � � � � �Period of performance 09/08/2020-07/06/2021 CLIN 0002: 1 Job������������� Delivery/return Charges CLIN 1001: 4 Weeks�������� Option to Extend CLIN 0001 to 08/03/2021 See attached RFQ for details Place of performance: Sub Base New London, Groton, CT Award will be made based on the lowest price, technically acceptable Please include payment terms and the primary point of contact in the quotation. �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: C-202-H001 Additional Definitions�Basic (Navsea) (Oct 2018) C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea)(Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-W002 On-Site Safety Requirements (Navsea) (Oct 2018) C-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018) C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018) D-211-H002 Marking Of Reports (Navsea) (Oct 2018) D-247-H004 Marking And Packing List-Basic (Navsea) (Oct 2018) D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) (Oct 2018) F-211-W001 Partial Deliveries (Navsea) (Oct 2018) F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (Navsea) (Mar 2019) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018) G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018) G-242-W001 Contract Administration Functions (Navsea) (Oct 2018) H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) M-215-H004 Basis Of Award (Navsea) (Dec 2018) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 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 or 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 Safeguard of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6, Protecting the Government's Interest When Subcontracting 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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 and its ALT I, 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 52.217-8, Option to Extend Services 52.219-1, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 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 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-36, Payment by Third Party 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 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 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 Offerors 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 252.204-7004 Alt A, System for Award Management 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 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7013, Duty-Free Entry DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.231-7000, Supplemental Cost Principles DFARS 252.232-7003, Electronic Submission of Payment Requests 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 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea 52.212-2, Evaluation - Commercial Items is applicable to this procurement. **This Award Will Be Made to the Lowest Price, Technically Acceptable Offer** 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. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) - Price (Lowest Price Technically Acceptable, after adherence to other factors) 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. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable 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. Schedule: The award decision may be made based on the length of time required to provide the required equipment. Please provide your best and fastest schedule. Please confirm availability for the requested start date or earliest available start if your company is unavailable for the requested period. Price: The Price will be evaluated as Lowest Price Technically Acceptable; however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. This announcement will close on Thursday, 28�May 2020, 10:00 AM EST. Contact Sharon Hall at sharon.e.hall@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes 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
SAM.gov Permalink
(https://beta.sam.gov/opp/7791ffb7d7184198a3d8a8e17e7fd9b0/view)
 
Place of Performance
Address: Groton, CT, USA
Country: USA
 
Record
SN05657609-F 20200516/200514230154 (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.