SOLICITATION NOTICE
V -- Transport Navy Personnel with a Crew Transfer Vessel Service
- Notice Date
- 3/23/2022 11:02:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060422Q4035
- Response Due
- 3/28/2022 10:00:00 PM
- Archive Date
- 04/14/2022
- Point of Contact
- Kyle Quintal 808-473-7625
- E-Mail Address
-
kyle.quintal@navy.mil
(kyle.quintal@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 12.6, using Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, 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 both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4035. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and DFARS Publication DFARS Change 02/28/2022. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 483114, Coastal and Great Lake Passenger Transportation and the Small Business Standard is 500 employees. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 - CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 18 May 2022 THROUGH 18 AUG 2022 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. Attachments: Attachment 1. Performance Work Statement (PWS) Attachment 2. Wage Determination No.:2019-0288, Rev 12 Attachment 3. FAR 52.212-3 (Jan 2021) and Alt I and FAR 52.204-24 Attachment 4. FAR and DFARS Provisions and Clauses All Quoters shall include a completed copy of Attachment 3, FAR 52.212-3 and Alt I with their quote or provide a statement. Failure to include this attachment OR provide a statement with your quote, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out N/A in paragraph b OR provide a statement that your Reps and Certs in SAM are up-to-date. Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. All Quoters shall also include info requested from the PWS in accordance in section 3.1.1. Quoters also must submit an acceptable coronavirus mitigation plan IAW PWS 3.1.9. The method of payment will be by Wide Area Work Flow. System for Award Management (SAM). Quoters 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/. Questions: Questions shall be submitted to Kyle Quintal, Contract Specialist, by email to kyle.p.quintal.civ@us.navy.mil by 11 AM (Hawaii Standard Time) on 24 Mar 2022. Emails sent to this address shall clearly reference the RFQ: N0060422Q4035 in the subject line. Oral queries will NOT be accepted. Other methods of submitting questions will NOT be acknowledged or addressed. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. All questions and answers will be submitted via an amendment to the original solicitation. Quotes: This solicitation will close at 4:00 pm (Hawaii Standard Time) on 29 Mar 2022. Quotes shall be received by email to Kyle Quintal, Contract Specialist, by email to kyle.p.quintal.civ@us.navy.mil. Oral communications are NOT acceptable in response to this notice. All responsible sources may submit a quote by the solicitation close date shall be considered by the agency. All quotes shall include price(s), a point of contact, name and phone number, business size, CAGE code and payment terms. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. Late quotes will NOT be considered. Delivery delays that cause a quote to be late are NOT the responsibility of the government agency and such late quotes will not be accepted. It is emphasized that this is combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the Quoters interested in competing for this requirement. Evaluation Criteria: Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. Price: Quoters shall submit a price for CLIN 0001, Crew Vessel Transportation Services. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: Sub-factor 1 (PWS): To be rated acceptable, the Quoter must state that they take no exceptions to the PWS in its entirety and the vessel make and model must clearly meet all specifications in the PWS. Technical Acceptability will be rated on an acceptable or unacceptable basis using the ratings in the table below. Sub-factor 2 (Coronavirus Mitigation Plan): To be rated acceptable, the coronavirus mitigation plan must meet requirements in PWS section 3.1.9. Technical Acceptable/Unacceptable Ratings Adjectival Rating Description: Acceptable: Offer clearly meets the technical acceptability requirements of both sub-factors. Unacceptable: Offer does not meet the technical acceptability requirements of either-sub factor or both sub-factors. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Furthermore, the Procuring Contracting Officer (PCO) may request additional information from the prospective Quoter that was NOT previously identified in the solicitation to satisfy the standards under FAR 9.104. The FAR and DFARS provision and clauses located in attachment 4. are applicable to this procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/edff96e1adfd4dd886b34e6be981cf8e/view)
- Record
- SN06276361-F 20220325/220324211504 (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 |