SOLICITATION NOTICE
W -- Water Softener Services at Port Hueneme and Point Mugu
- Notice Date
- 4/17/2020 2:35:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024420Q0096
- Response Due
- 4/27/2020 12:00:00 AM
- Archive Date
- 05/12/2020
- Point of Contact
- Nelson J. Arias 619-556-9532
- E-Mail Address
-
nelson.arias@navy.mil
(nelson.arias@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-20-Q-0096. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition. NAICS Code 333318 Other Commercial and Service Industry Manufacturing is applicable and business size is 1,000 employees. The solicitation will start on the date this solicitation is posted and will end on 27 April 2020 9:00 AM Pacific Standard Time. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************ Item No Supplies/Services Qty Unit 0001 Maintenance of Water Softener Equipment at Point Mugu Galley 0001AA Tank Rental 12 Months 0001AB Exchange Tanks 52 Weeks 0001AC Fuel Surcharge 52 Weeks 0002 Maintenance of Water Softener Equipment at Port Hueneme Galley 0002AA Tank Rental 12 Months 0002AB Exchange Tanks 52 Weeks 0002AC Fuel Surcharge 52 Weeks In addition, four options years for above services. Refer to statement of work for full detail. Qty. 12 Months Period of Performance: Start End Base 1-Oct-20 30-Sep-21 Option 1 1-Oct-21 30-Sep-22 Option 2 1-Oct-22 30-Sep-23 Option 3 1-Oct-23 30-Sep-24 Delivery: FOB Destination. Inspection and acceptance: At Destination by the Government. Order/ Contract resulting from this solicitation will be Firm Fixed Price (FFP). Statement of Work WATER SOFTENER EQUIPMENT LEASE AND PURIFICATION MAINTENANCE PORT HUENEME AND POINT MUGU GALLEY 1. General: This is a non-personal lease contract to provide portable water softener tank and service at Naval Base Ventura County Port Hueneme and Point Mugu galleys. 2. Background: Water supply at Port Hueneme and Point Mugu galleys are hard water and causes malfunction of food service equipment including dishwashing machines. Water softener service is necessary for proper operation of food service equipment. Without the softener there will be hard water deposits on all dinning utensils and plate ware. It will also cause corrosion inside and around the equipment causing the pipes to deteriorate. 3. Objective. The general objective of the contract is to lease water softener tanks necessary for proper operation of food service equipment. 4. Scope of work: The contractor shall provide water softener tank rental and services for Naval Ventura County galleys at Port Hueneme and Point Mugu. Rental, exchange of tanks, and delivery fuel surcharge costs are included in the contract. 4.1. Point Mugu galley: The contractor will provide portable water softener service at Pt Mugu galley, bldg. 20, Main Rd, Pt Mugu, California. The portable water softener tank services will be needed at the scullery area of the premise. The contractor will provide the following services: 4.1.1. Portable water softener tank rental and replacement service. 4.1.2. Provide water softener tanks 4.1.3. Provide two (2) each 14� X 18� hot rated, stainless steel, soft water exchange tanks with a capacity to last at least 7 days. 4.1.4. Replacement of the tanks required every 7 days. 4.1.5. Contractor will be responsible for delivery, removal of old and installation of two new water softener tanks once per week. Note: Point Mugu tentative to closure beginning of 01Oct2020 (FY2021). In that case contract cost maybe prorated based on official closure date. CLIN�s and SCLIN�s WILL BE TERMINATED FOR THE CONVENIENCE TO THE GOVERNMENT AND IN SUBSEQUENCE OPTION YEARS. 4.2 Port Hueneme Galley: The contractor will provide portable water softener service at Port Hueneme, 32nd St, bldg. 61, Port Hueneme, California. The portable water softener tank services will be needed at the scullery area of the premise. The contractor will provide the following services: 4.3.1 Portable water softener tank rental and replacement service 4.3.2 Provide water softener tanks 4.3.3 Provide two (2) each 14� X 18� hot rated, stainless steel, soft water exchange tanks with a capacity to last at least 7 days. 4.3.4 Replacement of the tanks required every 7 days. 4.3.5 Contractor will be responsible for delivery, removal of old and installation of two new water softener tanks once per week. 5. Period of performance. The period of performance shall be for one (1) base year of 12 months and two (4) option years. The period of performance read as follows: BEGIN DATE END DATE BASE YEAR 01 OCT 2020 30 SEP 2021 OPTION YEAR 1 01 OCT 2021 30 SEP 2022 OPTION YEAR 2 01 OCT 2022 30 SEP 2023 OPTION YEAR 3 01 OCT 2023 30 SEP 2024 OPTION YEAR 4 01 OCT 2024 30 SEP 2025 6. Point of contacts: NBVC Pt Hueneme Bldg 61 Given at Award NBVC Point Mugu galley Bldg 20 Given at Award 7. Government-furnished property: Not applicable End This solicitation documents and incorporates provisions and clauses in effect through the latest FAC and DFARS change notices. 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 Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to nelson.arias@navy.mil received no later than 23 April 2020 9:00:00 AM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturers warranty. No partial shipments are permitted unless specifically authorized at the time of award. WAGE DETERMINATION WD 2015-5626 (Rev.10) and posted on beta.sam.gov is he To view the Ventura County, CA Wage Determination-please visit https://beta.sam.gov CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-24 Representation Regarding Certain Telecommunications and DEC 2019 Video Surveillance Services or Equipment. 52.209-11 Representation by Corporations Regarding Delinquent Tax FEB 2016 Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors�Commercial Items (Deviation 2018-O0018) OCT 2018 52.212-3 Offeror Representations and Certifications--Commercial DEC 2019 Items 52.212-4 Contract Terms and Conditions�Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items JAN 2020 52.232-40 Providing Accelerated Payments to Small Business DEC 2013 Subcontractors 52.247-34 F.O.B. Destination NOV 1991 52.249-1 Termination for Convenience 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7005 Representation Relating to Compensation of Former DoD NOV 2011 Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation MAY 2016 Support 252.204-7016 Covered Defense Telecommunications Equipment or Services DEC 2019 -- Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense DEC 2019 Telecommunications Equipment or Services -- Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense DEC 2019 Telecommunications Equipment or Services 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7974 (Dev) Representation Regarding Business Operations with the FEB 2020 Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving DEC 2018 Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor JUN 2013 Personnel 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.246-7008 Sources of Electronic Parts MAY 2018 252.247-7023 Transportation of Supplies by Sea FEB 2019 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) Technical Capability (b) Price (c) Past Performance Technical and past performance, when combined, are approximately equal to total price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. End of Clauses/Provisions. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Quotation information may be submitted via email. Submit responses to: nelson.arias@navy.mil. Reference solicitation number: N00244-20-Q-0096 on all documents and requests for information. Quotes must be received no later than 27 April 2020 9:00 AM Pacific Standard Time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/331c1be424594183b384ea916e243011/view)
- Record
- SN05624766-F 20200419/200417230145 (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 |