Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 29, 2017 FBO #5880
SOLICITATION NOTICE

45 -- Ten Porta Pottys, Point Loma, CA N3904018P0091 - Request for Quotation (RFQ) - Statement of Work

Notice Date
12/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904018P0091
 
Point of Contact
Patricia M. Perkins, Phone: 2074384845, Ashley Firth, Phone: 2074372205
 
E-Mail Address
patricia.perkins@navy.mil, ashley.firth@navy.mil
(patricia.perkins@navy.mil, ashley.firth@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Request for Quotation This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N3904018P0091. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Change Notice 20171208. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 562991. This is a Small Business Set-Aside and the small business size standard for NAICS Code 562991 is $7.5 million. Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: All labor, materials, equipment and transportation necessary to furnish, maintain and remove (upon completion of period of performance) ten (10) porta-potty's with containment pans. Place of Performance: Point Loma Naval Base, San Diego, CA. Period of Performance: 01/8/18-10/22/18 with an option period of 10/23/18-11/19/18. *****SEE ATTACHED RFQ SHEET FOR ITEM AND DESCRIPTION BREAKDOWN***** 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 provision and clauses are applicable to this procurement: 52.204-2, Security Requirements (Aug 1996) 52.204-7, System for Award Management (Oct 2016) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13 SAM Maintenance (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (July 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Nov 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2017) 52.217-5 Evaluation of Options (Jul 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.219-1, Small Business Program Representations (Oct 2014) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Representation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates (May 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997) 52.223-11 Ozone Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation (Dec 2016) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions relating to Iran - Representation and Certifications (Oct 2015) 52.232-1, Payments (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984) 52.242-15 Stop Work Order (Aug 1989) 52.243-1Changes - Fixed Price (Aug 1987) 52.247-34, F.o.B. Destination, (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (April 1984) 52.253-1 Computer Generated Forms (Jan 1991) Quoters shall include a completed copy of 52.212-3 and its 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 (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7008, Deviation, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Deviation, Safeguarding Unclassified Controlled Technical Information (Oct 2016) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013)0. DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) HQ B-2-0010 #1 (OPTION) HQ B-2-0022 CONTRACT SUMMARY FOR PAYMENT OFFICE (FIXED PRICE) (FEB 1997) HQ C-2-0016 EPARTMENT OF LABOR OCCUPATIONAL SAFETY AND HEALTH STANDARDS FOR SHIP REPAIR (NAVSEA) (APR 2015) HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES HQ F-2-0004 F.O.B. DESTINATION (APR 2015) HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (APR 2015) HQ C-2-0004 ACCESS TO THE VESSEL(S) (AT) (NAVSEA) (JAN 1983) HQ C-2-0007 APPROVAL BY THE GOVERNMENT (AT) (NAVSEA) (JAN 1983) HQ G-2-0003 CONTRACTING OFFICER'S REPRESENTATIVE This announcement will close at 5:00 PM ET on Friday, 12/29/2017. Contact Patricia Perkins at 207-438-4845 or email patricia.perkins@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. 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. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price Award will be made to the lowest priced, technically acceptable offeror. 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/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via email to patricia.perkins@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 562991, and payment terms. Quotes over 15 pages in total will not be accepted by email. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d30854b639cf71583f402e762e866e33)
 
Place of Performance
Address: Point Loma Naval Base, San Diego, CA, San Diego, California, United States
 
Record
SN04776785-W 20171229/171227230744-d30854b639cf71583f402e762e866e33 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.