Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2021 SAM #7090
SOLICITATION NOTICE

54 -- Two Demineralizer Tanks

Notice Date
4/28/2021 6:27:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904021Q0193
 
Response Due
5/3/2021 10:00:00 AM
 
Archive Date
05/03/2022
 
Point of Contact
Steven Carlberg, Phone: 2074382422, Cody J Grey, Phone: 9785619869
 
E-Mail Address
steven.carlberg@navy.mil, cody.j.grey1@navy.mil
(steven.carlberg@navy.mil, cody.j.grey1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 FEDBIZOPPS. The Request for Quotation (RFQ) number is N3904021Q0158. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Change Notice 2021-0224. 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�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The North American Industry Classification System (NAICS) is 332420.� The small Business Size Standard is 750 Employees and this solicitation is A TOTAL SMALL BUSINESS SET-ASIDE. This requirement is for a fixed price contract.� The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: TWO (2) VERTICALDEMINERALIZER:� 3 CUBIC FOOT, 304 STAINLESS STEEL, ROUND TANK, in accordance with the attached Request for Quote. Demineralizer Tank Requirements: C. DESCRIPTION/SPECIFICATIONS C.1����� TWO (2) VERTICALDEMINERALIZER:� 3 CUBIC FOOT, 304 STAINLESS STEEL, ROUND TANK. ����������� C.1.1�� HIGHER TEMERATURE LIMIT OF 140OF C.1.2�� MANUFACTURE, TEST AND MARKING IAW ATTACHED DRAWING; M-1217 REV A AND ATTACHED STATEMENT OF WORK. C.2����� DATA REQUIREMENTS PER EXHIBIT A (DD-1423) & ATTCHMENT #1 C.2.1�� CERTIFICATION OF HYDROSTATIC TEST; EXHIBIT A, SEQUENCE A001. C.2.2�� CERTIFICATION OF LOAD TEST; EXHIBIT A, SEQUENCE A002. C.2.3�� CERTIFICATION OF VISUAL TEST; EXHIBIT A, SEQUENCE A003. C.2.4�� CERTIFICATION OF LIQUID PENITRENT TEST; EXHIBIT A, SEQUENCE A004. C.2.5�� CERTIFICATION OF RADIOGRAPHIC FILM; EXHIBIT A, SEQUENCE A005. C.2.6�� MATERIAL SAFETY DATA SHEETS; EXHIBIT A, SEQUENC A006. �(See above, Statement of Work (SOW), and evaluation criteria listed at end of notice) Delivery: To be delivered to Portsmouth Naval Shipyard, Kittery, ME. �Period of Performance will be 12-14 Weeks ARO. 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 provisions and clauses are applicable to this procurement: 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 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 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 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 52.212-3 ����� 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 52.216-1 ����� Type of Contract: Firm Fixed Price 52.219-1 Alt I����� Small Business Program Representations 52.219-28 ��� Post-Award Small Business Program 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 52.222-36 ��� Equal Opportunity for Workers with Disabilities 52.222-41 ��� Service Contract Labor Standards 52.222-42 ��� Statement Of Equivalent Rates For Federal Hires 52.222-50 ��� Combating Trafficking in Persons 52.222-55 ��� Minimum Wages Under Executive Order 13658 52.223-11 ��� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 ��� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 ��� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 ��� Restrictions on Certain Foreign Purchases 52.225-25 ��� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 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 52.243-1 ����� Changes -- Fixed-Price 52.242-15 ��� Stop-Work Order 52.247-34 ��� F.O.B. Destination 52.247-29 ��� F.O.B. Origin 52.248-1 ����� Value Engineering 52.252-2 ����� Clauses Incorporated By Reference 52.252-6 ����� Authorized Deviations in Clauses HQ C-2-0023 EXCLUSION OF MERCURY HQ C-2-0063 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES HQ D-1-0002 PACKAGING OF SUPPLIES HQ D-2-0006 MARKING AND PACKING LIST(S) HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES HQ F-2-0004 F.O.B. DESTINATION HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING G-232-H002 PAYMENT INSTRUCTIONS Quoters should include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 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 252.204-7006 ��� Billing Instructions 252.204-7008 ��� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 ��� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 ��� Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 ��� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium 252.225-7048 ��� Export-Controlled Items 252.232-7003 ��� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 ��� Wide Area WorkFlow Payment Instructions 252.232-7010 ��� Levies on Contract Payments 252.237-7010 ��� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.247-7023 ��� Transportation of Supplies by Sea This announcement will close at 01:00 PM ET local time on 3 May 2021. Contact Steven Carlberg who can be reached by email steven.carlberg@navy.mil. METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed (or faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency. Technical Acceptability - Must meet specifications outlined in the above Statement of work 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/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). 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/d0f381e243734087834aaa284fe74bd9/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05985994-F 20210430/210428230120 (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.