SOLICITATION NOTICE
W -- SERMC Crane Support Services with Operator(s)
- Notice Date
- 8/18/2022 8:29:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- SOUTHEAST REGIONAL MAINT CENTER MAYPORT FL 32228-0057 USA
- ZIP Code
- 32228-0057
- Solicitation Number
- N4002723T0001
- Response Due
- 9/21/2022 9:00:00 AM
- Archive Date
- 10/06/2022
- Point of Contact
- Daniel Arnold
- E-Mail Address
-
daniel.r.arnold30.civ@us.navy.mil
(daniel.r.arnold30.civ@us.navy.mil)
- Description
- NOTICE:� Amendment 0001 - Issued 18 August 2022.� Please see the attached SF-30 and sign/return to acknowledge.� This is a Combined Synopsis/Solicitation for the streamlined acquisition of commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N4002723Q0001 is issued as full and open competition with no restrictions. The subject solicitation is being processed using FAR Part 13, Simplified Acquisition Procedures. The applicable North American Industry Classification System (NAICS) code is NAICS code 238990- All Other Specialty Trade Contractors. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2022-04 (Effective 31 January 2022) and DFARS Publication Notice 20220228. � NOTIFICATION TO OFFERORS: FUNDS ARE NOT CURRENTLY AVAILABLE AT THIS TIME BUT ARE ANTICIPATED IN TIME TO MAKE THE AWARD. THE ANTICIPATED DAY OF AWARD IS 29 NOVEMBER 2022. DESCRIPTION: The requirement is for a firm-fixed-price (FFP) contract CLIN Description- 0001: 100 Ton Crane with Operator(s) in accordance with the PWS.� Base Year PoP: 29 December 2022 - 28 December 2023. 0002: NOT SEPARATELY PRICED 100 Ton Crane with Operator(s) in accordance with the PWS.� Additional Hours - Not to Exceed 832 hours (16 hours x 52 weeks).� Base Year PoP: 29 December 2022 - 28 December 2023. 1001: 100 Ton Crane with Operator(s) in accordance with the PWS.� Option Year One PoP: 29 December 2023 - 28 December 2024. 1002: NOT SEPARATELY PRICED 100 Ton Crane with Operator(s) in accordance with the PWS.� Additional Hours - Not to Exceed 832 hours (16 hours x 52 weeks).� Option Year One PoP: 29 December 2023 - 28 December 2024. 2001: 100 Ton Crane with Operator(s) in accordance with the PWS.� Option Year Two PoP: 29 December 2024 - 28 December 2025. 2002: NOT SEPARATELY PRICED 100 Ton Crane with Operator(s) in accordance with the PWS.� Additional Hours - Not to Exceed 832 hours (16 hours x 52 weeks).� Option Year Two PoP: 29 December 2024 - 28 December 2025. 3001: 100 Ton Crane with Operator(s) in accordance with the PWS.� Option Year Three PoP: 29 December 2025 - 28 December 2026. 3002: NOT SEPARATELY PRICED 100 Ton Crane with Operator(s) in accordance with the PWS.� Additional Hours - Not to Exceed 832 hours (16 hours x 52 weeks).� Option Year Three PoP: 29 December 2025 - 28 December 2026. 4001: 100 Ton Crane with Operator(s) in accordance with the PWS.� Option Year Four PoP: 29 December 2026 - 28 December 2027. 4002: NOT SEPARATELY PRICED 100 Ton Crane with Operator(s) in accordance with the PWS.� Additional Hours - Not to Exceed 832 hours (16 hours x 52 weeks).� Option Year Four PoP: 29 December 2026 - 28 December 2027. 5001: 100 Ton Crane with Operator(s) in accordance with the PWS.� Six Month Option to Extend PoP: 29 December 2027 - 26 June 2028. 5002: NOT SEPARATELY PRICED 100 Ton Crane with Operator(s) in accordance with the PWS.� Additional Hours - Not to Exceed 416 hours (16 hours x 26 weeks).� Six Month Option to Extend PoP: 29 December 2027 - 26 June 2028. The full text FAR and DFAR references may be accessed from https://acquisition.gov A. FAR 52.212-1, Instructions to Offerors - Commercial Items. Offerors must comply with all instructions contained herein. See Attachment 1 � �INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS.� See Attachment 2 � �EVALUATION FACTORS FOR AWARD.� B. 52.212-3, Offeror Representations and Certifications � Commercial Items.�� Offerors shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov (only complete and return if there are changes to SAM Registration.� If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete.� Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. C. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items APPLICABLE PROVISIONS AND CLAUSES: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/content/home. The full text of FAR and DFAR provisions and clauses may be accessed at https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars/, respectively. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract. 52.204-7 System for Award Management (OCT 2018) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment �� (NOV 2021) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.212-4 Contract Terms and Conditions--Commercial Items (NOV 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-9 Small Business Subcontracting Plan (NOV 2021) 52.222-42 - STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (�29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of�5 U.S.C.5341�or�5 332. This Statement is for Information Only: It is not a Wage Determination Contract Labor Category:� PWS Section C.5.1 DOL Labor Category:� Heavy Equipment Operator DOL Equivalent Code: 23440 Government Equivalent:� WG 10/2 (End of clause) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.242-15 Stop-Work Order (AUG 1989) 52.242-17 Government Delay of Work (APR 1984) 52.243-1 Changes�Fixed Price (AUG 1987) 52.246-16 Responsibilities for Supplies (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) 52.247-48 F.O.B. Destination�Evidence of Shipment (FEB 1999) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (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) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) 252.225-7000 Alt I Buy American � Balance of Payments Program Certificate (NOV 2014) 252.225-7001 Alt I Buy American and Balance of Payments Program�Alternate I (DEC 2017) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.231-7000 Supplemental Cost Principles (DEC 1991) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7008 Assignment of Claims (Overseas) (JUN 1997) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.247-7023 Transportation of Supplies by Sea (FEB 2019) 52.212-1 Instructions to Offerors - Commercial Items ADDENDUM -- Submission Instructions. (1) Offerors may submit written questions during the quote preparation period. �All questions must be received no later than 02 September 2022, 1200 (EST) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. �Only written questions will receive a response. �All questions and quotes shall be directed to: Southeast Regional Maintenance Center, (SERMC) Email: citing the request for quote number in the subject line (N4002723T0001) Email Address: SERMC_MYPT_CODE_400_SERVICES@navy.mil 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (JAN 2022) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91). (3) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (Section 889 (a)(1)(A) of Pub L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-28 Post-Award Small Business Program Representation (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2022) (E.O.13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 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) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (OCT 2018) The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract, see Attachment 3. B-215-H002 REFUNDS (SPARES AND SUPPORT EQUIPMENT) (NAVSEA) (OCT 2018) C-202-H001 Additional Definitions � Basic (OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT 2018) C-211-H017 Updating Specifications and Standards (DEC 2018) C-211-H018 Approval by the Government (JAN 2019) C-215-H002 CONTRACTOR PROPOSAL (NAVSEA) (OCT 2018) C-223-W002 ON-SITE SAFETY REQUIREMENTS (NAVSEA) (OCT 2018) C-228-H002 MINIMUM INSURANCE REQUIREMENTS (NAVSEA) (JAN 2019)���������������������������������������������������������������������������������������������������������������������������������� C-242-H001 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (OCT 2018) C-242-H002 POST AWARD MEETNG (NAVSEA) (OCT 2018) C-245-H005 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT--ALTERNATE I (NAVSEA) (MAY 2019) D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018) E-246-H013 Inspection and Acceptance of Data (OCT 2018) E-246-H022 Inspection and Test Records (JAN 2019) G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (JUN 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (JAN 2019) G-242-H001 Government Contract Administration Points of Contact and Responsibilities (OCT 2018) G-242-H002 Hours of Operation and Holiday Schedule (JUL 2021) G-242-W001 Contract Administration Functions (OCT 2018) H-209-H004 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (DEC 2018) L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) L-209-H009 NOTIFICATION OF POTENTIAL ORGANIZATIONAL OR PERSONAL CONFLICT(S) OF INTEREST (NAVSEA) (APR 2022) L-215-H007 SUBMISSION OF QUESTIONS BY OFFERORS�ALTERNATE I (NAVSEA) (NOV 2021) M-215-H004 BASIS OF AWARD (NAVSEA) (DEC 2018) DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. SPECIAL CONTRACT REQUIREMENTS: Your proposal must be received vie email by the contacts (below) no later than 21 September 2022, 1200 (EST) Email Address: SERMC_MYPT_CODE_400_SERVICES@navy.mil Listing of Attachments:� Attachment 1 � Instructions, Conditions and Notices to Offerors Attachment 2 � Evaluation Factors for Award Attachment 3 � NAVSEA Provisions and Clauses Attachment 4 � Past Performance Questionnaire Attachment 5 � Performance Work Statement Attachment 6 � NAVSTAMYPTINST 11260.1 Attachment 7- CDRL A001 Safety Training Attachment 8- CDRL A002 Progress Reports Attachment 9- CDRL A003 QCP Attachment 10- CDRL A004 Minimum Insurance Requirements Attachment 11- Crane Specifications Attachment 12- Personnel
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f86eff394db1446e8c97c57769215a6d/view)
- Place of Performance
- Address: Jacksonville, FL 32228, USA
- Zip Code: 32228
- Country: USA
- Zip Code: 32228
- Record
- SN06432428-F 20220820/220818230123 (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 |