SOLICITATION NOTICE
71 -- USS Wayne E. Meyer (DDG 108) Ship Habitability Project
- Notice Date
- 5/16/2022 9:54:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060422Q4049
- Response Due
- 5/19/2022 10:00:00 PM
- Archive Date
- 06/04/2022
- Point of Contact
- Nelson Uehara 808-473-7681 nelson.uehara2.civ@us.navy.mil
- E-Mail Address
-
nelson.uehara@navy.mil
(nelson.uehara@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 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 both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4049. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220428. 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 337127 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 Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 USS Wayne E. Meyer (DDG 108) Ship Habitability Project to Upgrade the Crew Training Room; Commanding Officers Cabin and Head; Executive Officers Cabin; Command Master Chiefs Office; Library and Main Galley in accordance with the Statement of Work (SOW) (Attachment 1). Quantity: One (1) Unit of Issue: Group PRICE SHALL INCLUDE ALL COSTS. A Sample Pricing Matrix (Attachment 2) is provided can be used for the price submittal. Quotes shall identify the cost for each item per the SOW, labor and shipping costs (if applicable). Place of Performance: USS Wayne E. Meyer (DDG108), JBPHH, HI 96860. Period of Performance: 27 June 2022 through 05 September 2022. This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Government Purchase Card. 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 Attachments are applicable to this request for quote (RFQ). Quoters should include attachments 2, 3 and 4 with their quote. Attachments: Attachment 1: SOW Attachment 2: Sample Pricing Matrix Attachment 3: FAR 52.212.3 and Alt I Offeror Representations and Certifications (NOV 2021) See Note below. Attachment 4: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) Note: 52.212-3 and Alt I: If your Annual Representations and Certifications are current in the System for Award Management (SAM), then complete paragraph (b) (2) ONLY (on page 6) by filling out N/A OR provide a statement that your Reps and Certs in SAM are up-to-date. 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 nelson.uehara2.civ@us.navy.mil no later than 1:00 PM HST on 18 May 2022. Emails sent to this address shall clearly reference the RFQ Number N0060422Q4049 in the subject line. Questions submitted after this date and time will not be accepted. Evaluation Criteria: Award will be made to the responsible Quoter whose quote offers the Best Value to the Government, price and non-price (technical) factors considered. The Quoters are advised that the quotation meeting the RFQ requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price. Price: Quoters shall submit a price for CLIN 0001. 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: To be rated acceptable, the Quoter must state that they take NO exceptions to the SOW in its entirety AND the Quote submitted must clearly indicate the capability of the Quoter to meet all specifications required for the USS Wayne E. Meyer Ship Habitability Project. Technical Acceptability will be rated on an ACCEPTABLE or UNACCEPTABLE basis using the ratings in the table below. Technical Acceptable/Unacceptable Ratings Adjectival Rating Description: Acceptable Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation. 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), Supplier Performance Risk System (SPRS) 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. Quotation submittal: Quotes shall be submitted via email to nelson.uehara2.civ@us.navy.mil no later than 11:00 AM HST on 20 May 2022. No other method will be accepted in response to this notice. No other method will be accepted in response to this notice. 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. The following FAR provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUNE 2020) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.212-1 Instructions to Offerors - Commercial Items (NOV 2021) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items (NOV 2021) 52.212-4 Contract Terms and Conditions - Commercial Items (NOV 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2022) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219.28 Post-Award Small Business Program Rerepresentation (SEP 2021) 52.219-33 Non-Manufacturer Rule (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-36 Payment by Third Party (MAY 2014) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)(JAN 2022) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) Additional provisions and clauses applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating To Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Conrol of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (MAR 2022) 252.211-7003 Item Unique Identification and Valuation (MAR 2022) 252.213-7000 Notice of Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American and Balance of Payments Program-Basic (MAR 2022) 252.225-7012 Preference for Certain Domestic Commodities (MAR 2022) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro (DEVIATION 2020-O0005) (FEB 2020) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports (DEC 2018) 252.232-7010 Levies On Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.244-7000 Subcontracts For Commercial Items (JAN 2021) 252.247-7023 Transportation of Supplies by Sea-Basic (FEB 2019) 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (DEVIATION 2020-O0019) (JAN 2022) (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in- (1) Israel, and the anticipated value of the acquisition is $50,000 or more; (2) Mexico, and the anticipated value of the acquisition is $92,319 or more; or (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $183,000 or more. (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) (d) Remedies. (1) The Contracting Officer may terminate the contract. (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. (3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0e6021d0f14a404dbf5eab90ff09af3c/view)
- Record
- SN06328538-F 20220518/220516230104 (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 |