SOLICITATION NOTICE
J -- Defuel and Clean EDO Fuel Tanks
- Notice Date
- 8/12/2020 12:40:49 PM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- N4215820QS069
- Response Due
- 8/14/2020 9:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Tiffany M. Taitano, Phone: 7573967793
- E-Mail Address
-
tiffany.m.taitano@navy.mil
(tiffany.m.taitano@navy.mil)
- Description
- The Norfolk Naval Shipyard (NNSY) Service Contracting Department, Portsmouth, VA 23709-5000, intends to award a Firm Fixed Price contract for the Defuel and Cleaning of EDo Fuel Tanks using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12 � Acquisition of Commercial Items and FAR Subpart 13 � Simplified Acquisition Procedures. The solicitation and all amendments issued will be in electronic form.� Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available by downloading the documents at the www.beta.sam.gov under solicitation number N4215820QS068. This office will no longer issue hard copy solicitations. Period of Performance (POP):� 8/24/2020 to 09/14/2020 All responsible sources may submit a quotation which will be considered by the Government. By submitting a quotation, the vendor will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the vendors at any time prior to award. By submission of a quotation, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by visiting https://www.sam.gov. Vendors shall provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Responses to this solicitation are due by�12:00 pm EST on�14 Aug 2020. Email quotes to�Tiffany Taitano at�tiffany.m.taitano@navy.mil Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.�� System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. Quotes shall be valid for sixty (60) days (at minimum). The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.240-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-3 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 -- Commercial Items. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea Attachment 1:� Statement of Work
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1148242d285a4e389f116654bdc7ddc0/view)
- Place of Performance
- Address: Goose Creek, SC 29445, USA
- Zip Code: 29445
- Country: USA
- Zip Code: 29445
- Record
- SN05754524-F 20200814/200812230143 (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 |