Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

J -- Pre-Arrival Tests of Scrubbers and Burners

Notice Date
6/27/2023 11:58:01 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904023Q0174
 
Response Due
6/28/2023 12:00:00 PM
 
Archive Date
07/13/2023
 
Point of Contact
Alyssa Cress, Phone: 2079940740
 
E-Mail Address
alyssa.a.cress.civ@us.navy.mil
(alyssa.a.cress.civ@us.navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a non-commercial service prepared in accordance with the information in the FAR, 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. Under the authority of FAR 6.302-1, only one responsible source is capable of fulfilling this requirement. Cepeda Associates, Inc. (Cage Code: 60756) is the Original Equipment Manufacturer (OEM) and, thus, owns the proprietary data (drawings, equipment, processes, etc.) required to perform this work. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on sam.gov. The RFQ number is N3904023Q0174. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 20230609. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 336611 and the Small Business Standard is 1300 Employees. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Pre-Arrival Tests of Scrubbers and Burners on an LA Class Submarine at USO Naval Base Guam, Santa Rita, GU 96915 in accordance with the attached Performance Work Statement. Period of Performance is: 07/07/2023 to 07/14/2023. Place of Performance:� USO Naval Base Guam, Santa Rita, GU 96915 Attachment Table of Contents N3904023Q0174 RFQ Performance Work Statement_Redacted DD Form 254-2025-Solit-Cepeda-5_Redacted PNSY OPSEC Contract Requirements� Enclosure 2 23-001 Contract Security Stipulation for U-NNPI Enclosure 5 Sole Source Justification_Redacted PROVISIONS & CLAUSES 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, (https://www.acquisition.gov/browse/index/far), and clauses are applicable to this procurement:� (P) 52.203-18������ Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements �Representation (C) 52.203-19����� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (C) 52.204-1 ������� Approval of Contract (C) 52.204-2�������� Security Requirements (P) 52.204-7�������� System for Award Management (C) 52.204-9 ������� Personal Identity Verification of Contractor Personnel (C) 52.204-13����� System for Award Management Maintenance (P) 52.204-17 ����� Ownership or Control of Offeror (C) 52.204-19 ����� Incorporation by Reference of Representations and Certifications. (P) 52.204-20 ����� Predecessor of Offeror (C) 52.204-21 ����� Basic Safeguarding of Covered Contractor Information Systems (P) 52.204-22 ����� Alternative Line Item Proposal (C) 52.204-23����� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by ������������������������������� Kaspersky Lab and Other Covered Entities (P) 52.204-24������ Representation Regarding Certain Telecommunications and Video Surveillance Services or ������������������������������� Equipment (C) 52.204-25� ���� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or ��� ��������������� ����������������������� Equipment (C) 52.209-1 ������� Qualification Requirements FEB 1995 (P) 52.209-2 ������� Prohibition on Contracting with Inverted Domestic Corporations�Representation (C) 52.209-6 ������� Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, ������������������������������� or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). (C) 52.209-10����� Prohibition on Contracting with Inverted Domestic Corporations (P) 52.209-11 ����� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (P) 52.211-14 ����� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program ������������������������������� Use (C) 52.211-15 ����� Defense Priority And Allocation Requirements (C) 52.213-4 ������� Terms and Conditions--Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (P) 52.215-1�������� Instructions to Offerors-Competitive Acquisition. (P) 52.219-1 ������� Small Business Program Representations (C) 52.219-28 ����� Post-Award Small Business Program Representation (C) 52.222-3 ������� Convict Labor (C) 52.222-19 ����� Child Labor -- Cooperation with Authorities and Remedies (C) 52.222-21 ����� Prohibition Of Segregated Facilities (C) 52.222-26 ����� Equal Opportunity (C) 52.222-36 ����� Equal Opportunity for Workers with Disabilities (C) 52.222-41 ����� Service Contract Labor Standards (C) 52.222-42 ����� Statement Of Equivalent Rates For Federal Hires (C) 52.222-43����� Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple ������������������������������� Year and Option Contracts) (C) 52.222-50 ����� Combating Trafficking in Persons (C) 52.222-55 ����� Minimum Wages Under Executive Order 13658 (C) 52.222-62����� Paid Sick Leave Under Executive Order 13706 (C) 52.223-5 ������� Pollution Prevention and Right-to-Know Information (C) 52.223-11 ����� Ozone-Depleting Substances and High Global Warming ������������������������������� Potential Hydrofluorocarbons. (C) 52.223-18 ����� Encouraging Contractor Policies To Ban Text Messaging While Driving (C) 52.225-13 ����� Restrictions on Certain Foreign Purchases (P) 52.225-25 ����� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions (C) 52.232-1 ������� Payments (C) 52.232-8 ������� Discounts for Prompt Payment (C) 52.232-11 ����� Extras (C) 52.232-33 ����� Payment by Electronic Funds Transfer--System for Award Management (C) 52.232-36 ����� Payment by Third Party (C) 52.232-39 ����� Unenforceability of Unauthorized Obligations (C) 52.233-1 ������� Disputes MAY 2014 (C) 52.233-3 ������� Protest After Award (C) 52.233-4 ������� Applicable Law for Breach of Contract Claim (C) 52.237-2 ������� Protection Of Government Buildings, Equipment, And Vegetation (C) 52.242-15 ����� Stop-Work Order (C) 52.242-17 ����� Government Delay of Work (C) 52.243-1 ������� Changes--Fixed Price (C) 52.243-4 ������� Changes (C) 52.246-1�������� Contractor Inspection Requirements (C) 52.246-4 ������� Inspection of Services-Fixed-Price (C) 52.247-34 ����� F.O.B. Destination (P) 52.252-1 ������� Solicitation Provisions Incorporated By Reference (C) 52.252-2 ������� Clauses Incorporated By Reference (C) 52.252-6 ������� Authorized Deviations In Clauses (C) 52.253-1�������� Computer Generated Forms The local clauses can be sent upon request. C-202-H001 ������� ADDITIONAL DEFINITIONS--BASIC� (NAVSEA) (OCT 2018) C-204-H001 ������� USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-211-H001�������� ACCESS TO THE BESSEL(S) (NAVSEA) (OCT 2018) C-211-H018 ������� APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-223-H003 ������� EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004 ������� MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) C-223-N002�������� RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-227-H003 ������� PROTECTION OF NAVAL NUCLEAR PROPULSION INFORMATION (NAVSEA) (OCT 2018) C-243-H001 ������� CONTRACTOR PROBLEM IDENTIFICATION REPORTS (NAVSEA) (OCT 2018) C-245-H004�������� INFORMATION AND DATA FURNISHED BY THE GOVERNMENT�BASIC (NAVSEA) (MAY 2019) C-247-H001 ������� PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-211-H001 ������� PACKAGING OF DATA (NAVSEA) (FEB 2022) D-211-H002 ������� MARKING OF REPORTS (NAVSEA) (OCT 2018) D-247-H002�������� PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) D-247-H004�������� MARKING AND PACKING LIST(S) � BASIC (NAVSEA) (FEB 2022) D-247-W001 ������ PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) E-246-H010 �������� TESTS AND TRIALS--BASIC (NAVSEA) (OCT 2018) E-246-H013 �������� INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) F-242-H001 �������� CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) F-247-H001 �������� DELIVERY OF DATA (NAVSEA) (OCT 2018) F-247-H004 �������� RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL ������������������������������� (NAVSEA) (OCT 2018) G-232-H002 ������� PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE ������������������������������� (NAVSEA) (JUN 2018) G-232-H004�������� GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) G-232-H005 ������� SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001 ������� GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND ������������������������������� RESPONSIBILITIES (NAVSEA) (OCT 2018) G-242-H002 ������� HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) H-223-N001 ������� INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019) Additional DFARS, (https://www.acq.osd.mil/DPAP/dars/dfarspgi/current/index.html) contract terms and conditions applicable to this procurement are:� (C) 252.203-7000 �������������� Requirements Relating to Compensation of Former DoD Officials (C) 252.203-7002 �������������� Requirement to Inform Employees of Whistleblower Rights (P) 252.203-7005 �������������� Representation Relating to Compensation of Former DoD Officials (C) 252.204-7000 �������������� Disclosure Of Information (C) 252.204-7003 ��������������� Control Of Government Personnel Work Product (P) 252.204-7008 �������������� Compliance With Safeguarding Covered Defense Information Controls (C) 252.204-7009��������������� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident (C) 252.204-7012 �������������� Safeguarding Covered Defense Information and Cyber Incident Reporting (C) 252.204-7015 �������������� Notice of Authorized Disclosure of Information for Litigation Support (P) 252.204-7019��������������� Notice of NIST SP 800-171 DoD Assessment Requirements (C) 252.204-7020 �������������� NIST SP 800-171 DoD Assessment Requirements (P) 252.215-7013 �������������� Supplies and Services Provided by Nontraditional Defense Contractors. (C) 252.223-7008 �������������� Prohibition of Hexavalent Chromium (P) 252.225-7031 ��������������� Secondary Arab Boycott of Israel (C) 252.225-7048 �������������� Export-Controlled Items (C) 252.231-7000 ��������������� Supplemental Cost Principles (C) 252.232-7003 �������������� Electronic Submission of Payment Requests and Receiving Reports (C) 252.232-7006 �������������� Wide Area WorkFlow Payment Instructions (C) 252.232-7010 �������������� Levies on Contract Payments (C) 252.237-7010��������������� Prohibition on Interrogation of Detainees by Contractor Personnel (C) 252.243-7001 �������������� Pricing of Contract Modifications. (C) 252.247-7023 �������������� Transportation of Supplies by Sea *END CLAUSES* This announcement will close at 3:00 PM ET local time on 28 June 2023. Contact Alyssa Cress who can be reached by email alyssa.a.cress.civ@us.navy.mil. METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency. 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. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Past Performance: CPARS/FAPIIS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as �Acceptable�. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66b052d655ee4d4ea6dcf55d4e847494/view)
 
Place of Performance
Address: Santa Rita, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN06729162-F 20230629/230627230042 (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.