SOLICITATION NOTICE
68 -- Rental (32) & Fill of Nitrogen Bottles
- Notice Date
- 4/4/2024 6:05:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904024Q0086
- Response Due
- 4/12/2024 8:59:00 PM
- Archive Date
- 04/27/2024
- Point of Contact
- Chuck Chase, Phone: 2079944612
- E-Mail Address
-
charles.e.chase23.civ@us.navy.mil
(charles.e.chase23.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. This is a combined synopsis/solicitation�for�commercial products�or�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; proposals are being requested and a written�solicitation�will not be issued Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. 2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 and DFARS Change Notice 2024-0215. 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. 3. This solicitation is being issues as a: Request For Quotation (RFQ) 4. This acquisition is for: Small Business Set-Aside 5. North American Industry Classification System Code (NAICS): 325120 6. The size standard is: 1200 Employees REQUIREMENT INFORMATION: The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: Required Period of Performance: 01 July 2024 through 28 February 2025 (+ Two (2) - (30 day Options). Place of Performance: Point Loma Shipyard, San Diego CA. Security Requirements: Security Plan will be required. CPARS information will be utilized to evaluate past performance. Award may be made based on adherence to the schedule and/or soonest mobilization. See below for detailed Statement of Work (SOW) and applicable clauses and provisions. 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/. STATEMENT OF WORK (SOW)� 1.� The contractor shall supply and fill thirty-two nitrogen gas bottles for NRMD Point Loma, San Diego, California.� Contractor shall� � � �call and coordinate delivery time with the Government Surveillance Officer for base access as needed.� The nitrogen is required� � � � �to provide a continuous uninterrupted flow for the period of performance to support a critical service. 2.��Physical Characteristics and Operation: � � �2.1.� �The bottles have a storage capacity of 184 SCF each. Vendor provided bottles should be in good condition with no visible� � � � � � � � � signs of damage or corrosion. � � � 2.2.� Nonshatterable/Shatterproof Cylinders requirements � � � � � � 2.2.1.� Cylinders meeting this requirement have been specifically identified by item description in FSC 8120. Many nonshatterable cylinders are identified by the words ""NONSHATTERABLE,"" ""NON-SHAT,"" or ""SHATTERPROOF"" stamped into the shoulder of the cylinder. In other instances, nonshatterable cylinders can be identified as follows: � � � � � � � � �2.2.1.1.� All cylinders stamped DOT 3AA that are made of 4130x steel. � � � � � � � � �2.2.1.2.� All cylinders stamped DOT 3A with one of the following specification numbers on the shoulder: � � � � � � � � � � � � � � � � � � � � � � � � �SPS 843 (INT) � � � � � � � � � � � � � � � � � � � � � � � � �SPS 1022 (INT) � � � � � � � � � � � � � � � � � � � � � � � � �51-C-26 and 51-C-26 (INT) � � � � � � � � � � � � � � � � � � � � � � � � �51-C-41 and 51-C-41 (INT) � � � � � � � � � 2.2.1.2.1� � � � �Cylinders that are marked with specification 51-C-31 or 51-C-31 (INT) are also nonshatterable if the initial� � � � � � � � � � � � � � � � � � (earliest) hydrostatic test date is 6-44 or later. Cylinders manufactured prior to 6-44 are nonshatterable only if� � � � � � � � � � � � � � � � � � � they are so indicated by the manufacturer. � � � 2.3.� Bottle Failure or Replacement � � � � � � �2.3.1.� If a bottle failure occurs the government reserves the right to replace the defective bottle with a backup bottle as� � � � � � � � � � � � � � � � � necessary. � � � � � � �2.3.2.� Empty bottles will be replaced with backup bottles as necessary to support operations. � � 3.� Nitrogen Specifications: � � � � �3.1.� Oil free nitrogen per Commercial Item Description (CID) A-A-59155, Type I, Class 1, Grade A or B is required. � � � � �3.2.� Supply Nitrogen per above to meet the following: � � � � � � � � �3.2.1.� Delivery requirements: � � � � � � � � � � � �3.2.1.1� � � � �Scheduled deliveries are to be made weekly to ensure an adequate supply of at least 8 backup nitrogen� � � � � � � � � � � � � � � � � � � � �bottles is maintained. NOTE: 32 bottles = 8 in service + 24 as backup. � � � � � � � � �3.2.2.� Emergency deliveries of nitrogen are completed within 24 hours of notification. Contract provides for five� � � � � � � � � � � � � � � � � � � � � � � emergency deliveries during the performance period. � � � � � � � � �3.2.3.� Estimated nitrogen gas supply consumption is 12 bottles per week. � � � � � � � � �3.2.4.� The estimated min bottle usage, 100 bottles.� The estimated max bottle usage, 840 bottles. � � � � � � � � �3.2.5.� If the vendor cannot deliver as scheduled or backup bottle supply is less than 8 bottles, the Government reserves� � � � � � � � � � � � � � � the right for another entity to fill/replace the bottles with no penalty or fee. � � �4.� � Government Owned Equipment, Services, and Specifications: � � � � � � 4.1.� Two 8-bottle racks (can be moved by a forklift), and nitrogen supply line (Figure 1). � � � � � � � � � �4.1.1.� Both racks are capable of supplying nitrogen gas at 300 Pounds per Square Inch Gage (PSIG) minimum to a� � � � � � � � � � � � � � � � � � � government-provided supply line. They are capable of maintaining steady pressure in the normal operating range� � � � � � � � � � � � � � � � of 10 to 70 PSIG and are rated for a working pressure of at least 3000 PSIG.� They provide uninterrupted flow of� � � � � � � � � � � � � � � � nitrogen gas within the normal operating band during fills without varying pressure more than +10 / -5 PSIG. � � � � � � � � � 4.1.2.� Both racks have piping for protection from weather and inadvertent damage. All tubing is manufactured from� � � � � � � � � � � � � � � � � � � �stainless steel. The racks are suitable for operation in an outdoor, marine, seashore environment. � � � � � � � � � 4.1.3.� All sections of pipe, that can be isolated, have a vent valve. � � � � � � � � �4.1.4.� Each nitrogen bottle rack contains as a minimum but not limited to the following installed: � � � � � � � � � � � � � 4.1.4.1.� � � �Isolation valve for each individual bottle. � � � � � � � � � � � � � 4.1.4.2.� � � �A vent valve. � � � � � � � � � � � � � 4.1.4.3.� � � �A gas use outlet connection. � � � � � � � � � � � � � 4.1.4.4.� � � �A dual element filter in the supply line. � � � � � � � � � � � � � 4.1.4.5.� � � �A regulator valve. � � � � � � � � � � � � � 4.1.4.6.� � � �Pressure-relieving rupture disk and relief valves. � � � � � � � � � 4.1.5.� Electrical: � � � � � � � � � � � � � 4.1.5.1.� � � �The racks do not have any features that require an external electrical power supply. � � � � � � 4.2.� Government Services: � � � � � � � � � � 4.2.1.� Install bottles to government owned equipment. � � � � � � � � � � 4.2.2.� Monitor bottle levels at least every four hours when in use. � � � � � � � � � � 4.2.3.� Available during all bottle fills/replacements. � � � � � � � � � � 4.2.4.� Provide access to the areas where the bottle racks are to be placed or are currently placed during the� � � � � � � � � � � � � � � � � � � � � � � � �performance of the contract to allow them to be viewed by the vendors distribution group prior to filling, if needed. � � � � � � � � � � 4.2.5.� Provide access to the bottle racks to allow them to be inspected by the vendor for certification and approval prior� � � � � � � � � � � � � � � � �to filling, if needed. � � � � � �5.� � Security Requirements:� Vendor representative(s) shall apply for Green Badges and NCAC cards (rapid gate) for all� � � � � � � � � � � � � � drivers, potential drivers, technicians, and representatives for access to a Department of Defense facility. All persons� � � � � � � � � � � � � requiring access shall provide proof of citizenship, and information needed to pass a background check.� Badging is� � � � � � � � � � � � � required as per NRMD Pt Loma. Security Requirements. Without proper badging like Green Badges and NCAC cards� � � � � � � � � � � � (rapid gate) access will be delayed due to security background checks and at times access can be denied. � � � � � 6.� � �Government Work Hours:� All regular deliveries will be scheduled between 8:00AM and 4:00PM, Monday through Friday.� � � � � � � � � � Deliveries outside these hours can be made on an emergent basis; badging requirements apply at all times. � � � � � 7.� � �Response to Bid Request: Description of services as they relate to these contract requirements. The vendor is to provide� � � � � � � � � � full technical specification of the telemetry along with the bid to ensure it meets the Shipyards security requirements.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of Statement of Work) 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 and clauses are applicable to this procurement: C-202-H001 Additional Definitions�Basic (Navsea) (Oct 2018) C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea)(Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-N001 Radiological Indoctrination, Postings And Instructions (Navsea) (Oct 2018) C-223-W002 On-Site Safety Requirements (Navsea) (Oct 2018) C-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018) C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018) 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-Basic (Navsea) (Oct 2018) D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018) F-211-W001 Partial Deliveries (Navsea) (Oct 2018) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 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) G-242-W001 Contract Administration Functions (Navsea) (Oct 2018) H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) M-215-H004 Basis Of Award (Navsea) (Dec 2018) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or � � � � � � � � � Statements � Representation 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 Safeguard of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment 52.209-2,� Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6,� Protecting the Government's Interest When Subcontracting 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; 52.212-2, Evaluation - Commercial Item 52.212-3 and its ALT I, 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 52.217-9, Option to Extend the Term of the Contract 52.219-1, Small Business Program Representation 52.219-28, Post Award Small Business 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 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-13, Restriction on Foreign Purchases 52.225-25, Prohibition on Contracting 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 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.246-2 Inspection of Supplies-Fixed-Price 52.246-4 Inspection of Services-Fixed-Price 52.247-34, F.o.b. Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms Offerors shall include a completed copy of 52.212-3 and it�s ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order.� Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003, Agency Office of the Inspector General DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7006, Billing Instructions DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident �������� Information DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7013, Duty-Free Entry DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (End of Combined Synopsis/Solicitation)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/401c1c944aba4608a3c7e4b1fdb801f0/view)
- Place of Performance
- Address: San Diego, CA 92106, USA
- Zip Code: 92106
- Country: USA
- Zip Code: 92106
- Record
- SN07020866-F 20240406/240404230058 (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 |