Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOLICITATION NOTICE

J -- Underwater Hull Cleaning Dive Services

Notice Date
4/18/2023 6:13:37 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
N0060423Q4020
 
Response Due
5/5/2023 6:00:00 AM
 
Archive Date
05/26/2023
 
Point of Contact
Jeen Chu 808-473-7960
 
E-Mail Address
jeen.h.chu.civ@us.navy.mil
(jeen.h.chu.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Procedures for Certain Commercial Products and Commercial Services under FAR Part 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 to the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and SAM.gov at https://www.sam.gov. The request for quotation (RFQ) number is N0060423Q4020. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Publication Notice 20230322. 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 http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336611 and the Small Business Standard is 1250 employees. This proposed contract action is 100 percent set-aside for Small Business Concerns. The Small Business Office concurs with this acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests quotations from qualified sources capable of providing underwater hull cleaning services in accordance with Attachment 1 - Performance Work Statement (PWS) and Hull Dimensions for Commander, Navy Region Hawaii (CNRH). CLIN Structure - See Attachment 4 - Underwater Hull Cleaning CLIN Sheet The Period of Performance: Base Year 01 July 2023 - 30 September 2023 Option Year 1 01 October 2023 - 30 September 2024 Option Year 2 01 October 2024 - 30 September 2025 Option Year 3 01 October 2025 - 30 September 2026 Option Year 4 01 October 2026 - 30 September 2027 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 - Performance Work Statement, Hull Dimensions, Tentative Cleaning Inspection Schedule Attachment 2 - Wage Determination 2004-0047 (Rev-20) dated 12-27-2022 and Wage Determination 2015-5689 (Rev-19) dated 12-26-2022 Attachment 3 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Attachment 4 - Underwater Hull Cleaning CLIN Sheet 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 N0060423Q4020 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 HST (Hawaii Standard Time) on 24 April 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. This announcement will close at 9:00 AM HST (Hawaii Standard Time) on 05 May 2023. Contact Mr. Jeen Chu who can be reached via email at: jeen.h.chu.civ@us.navy.mil. Quotes shall be submitted electronically via email to Mr. Jeen Chu, email jeen.h.chu.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 3 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and Attachment 4 - 52.204-20 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (only if the offerors Reps and Certs are not current in SAM). Evaluation Criteria: 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 made to a responsible contractor based on a combination of factors - price, technical capability, and quoters past performance. Price: Quoters shall submit a price for each item listed in Attachment 4 (Underwater Hull Cleaning Quote Sheet). In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoter shall submit a technical capability statement that is not to exceed 5 pages in total and at a minimum should address the ability to meet the performance requirements identified in the Performance Work Statement and take no exceptions to the PWS. The Quoters technical acceptability will be evaluated against the performance requirements in the Performance Work Statement. The technical capabilities statement will be assigned a rating of Acceptable or Unacceptable based on the information provided. Quoters will be rated Acceptable if they adequately show their ability to meet the performance requirements identified in the PWS, and take no exceptions to the PWS. Quoters will be rated Unacceptable if they do not adequately show their ability to meet the performance requirements identified in the PWS, or take exceptions to the PWS. By submission of a quote, the Quoter takes no exceptions to the Performance Work Statement unless specifically stated Past Performance: The Quoter shall provide relevant past performance. Relevant past performance is experience within the past five (5) years that is essentially the same as or similar to, the scope, magnitude, and complexity of the work as described in the PWS. To demonstrate past performance, the Quoter shall identify up to three (3) of its most recent, relevant contracts or efforts within the past five (5) years. For each contract, include contract number, name of Agency or company, contract dates of performance, scope, magnitude, and complexity of the work, point of contact name, email and telephone number. Note: If an offeror has no record of relevant past performance, or for whom information on past performance is not available, the Quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the Quoter shall be determined to have unknown (or neutral) past performance. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: SAM, Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest, issue a purchase order to other than the Quoter with the lowest price, and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. The following Federal Acquisition Regulation (FAR) provisions 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 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 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 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 52.209-7 Information Regarding Responsibility Matters OCT 2018 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services MAR 2023 52.212-2 Evaluation-Commercial Products and Commercial Services NOV 2021 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services--Alternate I DEC 2022 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services DEC 2022 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services DEC 2022 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I 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 52.219-28 Post-Award Small Business Program Representation SEP 2021 52.222-3 Convict Labor JUN 2003 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 MAY 2022 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires 5788 - Deckhand WG-10 Step 2 Special Pay Plan 61.67 USD MAY 2014 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) AUG 2018 52.222-55 Minimum Wages Under Executive Order 13658 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.217-5 Evaluation of Options JUL 1990 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation DEC 2016 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation. JUN 2020 52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 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) Additional Defense Federal Acquisition Regulation Supplement (DFARS) contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2022 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 DoD Antiterrorism Awareness Training for Contractors FEB 2019 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 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 2023 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. JAN 2023 252.205-7000 Provision of Information to Cooperative Agreement Holders DEC 1991 252.215-7008 Only One Offer JUL 2019 252.219-7003 Small Business Subcontracting Plan (DoD Contracts)--Basic DEC 2019 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7031 Secondary Arab Boycott of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DEC 2022 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023 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 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns JAN 2023 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration JAN 2023 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites--Representation APR 2021 252.243-7002 Requests for Equitable Adjustment DEC 2022 252.244-7000 Subcontracts for Commercial Items JAN 2023 252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023 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/88a1f51a53434c6e9ef2e46150b14238/view)
 
Record
SN06654047-F 20230420/230418230121 (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 |
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.