SOLICITATION NOTICE
20 -- N0060422Q4050 CVN Camels
- Notice Date
- 7/20/2022 11:01:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060422Q4050
- Response Due
- 7/21/2022 10:00:00 PM
- Archive Date
- 08/06/2022
- Point of Contact
- Jeen Chu 808-473-7960 Jeen Chu 808-473-7960 and/or Liane Pekelo-Passmore 808-473-7942 or email at iane.m.pekelo-passmore.civ@us.navy.mil
- E-Mail Address
-
liane.pekelo-passmor@navy.mil
(liane.pekelo-passmor@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 00002 - N0060422Q4050 is amended to add file size submission requirements. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, 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 both SAM.GOV and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4050. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication 20220526. 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/far/ and https://www.acquisition.gov/dfars. The NAICS code is 336611 and the Small Business Standard is 1,250 Employees. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 - FENDER, Pierside CVN camel, used to breast aircraft carriers off of piers/wharves, universal composite standard design, approximately 56ftL (pierside) x 64ftW x 6ftD, set of two, fabricated per NAVFAC Drawing Nos. 14049455 through 14049469, Revision B (see attachment 1), provided and hereby incorporated - 100 percent completion to include assembly, flotation test and delivery at pierside facility. Government and/or Governments QA representative to review and approve fabricators assembly plan and be onsite during flotation test. QTY: 1 Unit of Issue: SET (of 2) Delivery is 365 days, provide suggested delivery timeframe with quote even if delivery cannot be made within 365 days after award; Delivery Location is Joint Base Pearl Harbor-Hickam, Port Operations, Wharf K-10/11, JBPHH, HI 96860. Base Access: Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Further information regarding DBIDS can be found at http://cnic.navy.mil/CNIC HQ Site/index.htm (under Popular Links). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Government and/or Governments QA representative to review and approve fabricators assembly plan and be onsite during flotation test. Attachment 1 - NAVFAC Drawings Attachment 2 - FAR 52.212-3 Alt 1 Reps and Certs Attachment 3 - FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Attachment 4 - CVN Camel Support Specifications Questions regarding the solicitation: Questions shall be submitted electronically to jeen.h.chu.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060422Q4050 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 9:00 AM (Hawaii Standard Time) on Wednesday 29 June 2022. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. A complete quote in response to this Combined Synopsis/Solicitation must include the following: 1. Completed Attachment 2 - 52.212-3 Alt 1 Reps and Certs (NOV 2021) (only required if Reps and Certs are not current in SAM) 2. Completed Attachment 3 - 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) The following FAR provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.209-7 Information Regarding Responsibility Matters OCT 2018 52.209-12 Certification Regarding Tax Matters OCT 2020 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services NOV 2021 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services--Alternate I NOV 2021 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services NOV 2021 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Products and Commercial Services JAN 2022 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.203-13 Contractor Code of Business Ethics and Conduct NOV 2021 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters OCT 2018 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-8 Utilization of Small Business Concerns OCT 2018 52.219-14 Limitations on Subcontracting SEP 2021 52.219-16 Liquidated Damages - Subcontracting Plan SEP 2021 52.219-28 Post-Award Small Business Program Rerepresentation SEP 2021 52.222-3 Convict Labor JUNE 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) JUL 2020 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-54 Employment Eligibility Verification NOV 2021 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.232-33 Payment by Electronic Funds Transfer - System for Award Management OCT 2018 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I NOV 2021 52.219-33 Non-Manufacturer Rule SEP 2021 52.223-21 Foams JUN 2016 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.247-34 F.O.B. Destination NOV 1991 Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement. NOV 2020 252.205-7000 Provision of Information to Cooperative Agreement Holders DEC 1991 252.211-7003 Item Unique Identification and Valuation MAR 2022 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019 252.219-7003 Small Business Subcontracting Plan (DoD Contracts)--Basic DEC 2019 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference for Certain Domestic Commodities MAR 2022 252.225-7048 Export-Controlled Items JUNE 2013 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation. (DEVIATION 2020-O0015) MAY 2020 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) FEB 2020 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns APR 2019 252.226-7002 Representation for Demonstration Project for Contractors Employing Persons with Disabilities. DEC 2019 252.227-7015 Technical Data - Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Marking on Technical Data SEP 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7011 Payments in Support of Emergencies and Contingency Operations MAY 2013 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea--Basic FEB 2019 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) This announcement will close at 1:00 pm HST on Friday 15 July 2022 22 July 2022. Contact Jeen Chu who can be reached at 808-473-7960 or email jeen.h.chu.civ@us.navy.mil or Liane Pekelo-Passmore who can be reached at 808-473-7942 or email at liane.m.pekelo-passmore.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote along with duration of how long the quote is valid which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery timeframe, past performance, and taking no exception to attachment 1 - NAVFAC Drawings. A submission to the RFQ will be interpreted as taking no exception to attachment 1 - NAVFAC Drawings. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoters past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. System for Award Management (SAM). Quoters 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d21f19faa9564117b164a796d0bcd6b4/view)
- Record
- SN06395670-F 20220722/220720230115 (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 |