Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

R -- Trailer Sensor Platform Painting

Notice Date
9/15/2020 12:33:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6907
 
Response Due
9/17/2020 12:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
Ciara Allison
 
E-Mail Address
ciara.allison@navy.mil
(ciara.allison@navy.mil)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 20-Q-6907. The North American Industry Classification System (NAICS) code applicable to this acquisition is 238320, Painting and Wall Covering Contractors and the small business size standard is $13.5 million. This procurement is a Total Small Business Set- Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire painting services for eight (8) Trailer Sensor Platforms (TSPs) to protect system components exposed in corrosive environments. The Contractor is to prepare and paint components in accordance with the technical requirements detailed in the Statement of Work (SOW) attachment of this solicitation. The expected Period of Performance for this effort is: 15-October-2020 to 30-November- 2020. The anticipated place of performance for the effort is: Contractor's facility. Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: 4297 Pacific Hwy OT7 San Diego, CA 92110 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2. Technical Documentation: a. Technical Approach or Specifications: The offer must address and meet the requirements/specifications as defined in the Statement of Work. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3. Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: The ""Brand Name"" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an ""equal"" product must meet are specified in Attachment 1. Offerors shall provide a quote that identifies the Brand Name items or ""Equal"" items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an ""equal"" item(s), the ""equal"" product(s) must meet the salient physical, functional, and performance characteristic specified in Attachment 1. To propose an ""equal"" item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the ""equal"" item, the make/model/part number of the ""equal"" item and a website link to the descriptive literature which demonstrates the ""equal"" item meets, at a minimum, the salient characteristics provided in Attachment 1. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: No limitations. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 11 September 2020 at 05:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6907. Include RFQ# N66001-20-Q- 6907 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 17 September 2020 at 05:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-20-Q-6907. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract Specialist at ciara.allison@navy.mil. Reference RFQ# N66001-20-Q-6907 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Statement of Work (SOW) APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200408. We reserve the right to include or remove clauses from the purchase order award document. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019); 252.203-7005, Representations Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019); 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018); and 252. 225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State of Terrorism (Jan 2018). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011)�Alternate I (Nov 2011); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); FAR 52.222-50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018); and DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019). The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018). There is an addenda to the clause addind paragraphs (w) and (v); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016); 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252. 223-7008, Prohibition of Hexavalent Chromium (Jun 2013); and 252. 232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91119195bab045c39b30aba7e95425cd/view)
 
Record
SN05797842-F 20200917/200915230152 (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  © 1994-2020, Loren Data Corp.