Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2024 SAM #8178
SOLICITATION NOTICE

66 -- Hydrostatic Pressure Vessels

Notice Date
4/16/2024 9:17:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0080
 
Response Due
4/18/2024 11:00:00 AM
 
Archive Date
05/03/2024
 
Point of Contact
Michelle Weigert, Phone: 4018322811, Teresa Michael
 
E-Mail Address
michelle.e.weigert.civ@us.navy.mil, teresa.m.michael2.civ@us.navy.mil
(michelle.e.weigert.civ@us.navy.mil, teresa.m.michael2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0003 -� The purpose of this amendment is to provide answers to the following Industry questions.� As a result, an amendment to update the SOW tasking to include removal of old tanks and update the Government's minimum requirements for the locking systems is forthcoming.� Q1 -�Who is responsible for removal and disposal of old tanks? � � � � � A:� The contractor is responsible for removal of the old tanks for Government disposal.�� Q2 - Do they prefer the tank closing and securing method to be the same on both tanks? � � � � � � A: Yes. Same closing and locking systems on both tanks. All other information remains unchanged. Amendment 0002 -�Date quotes due changed from 03/01/2024 to 03/08/2024. All other information remains unchanged. Amendment 0001 -�Date quotes due changed from 02/23/2024 to 03/01/2024. All other information remains unchanged. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-24-Q-0080. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2023-04, effective June 02, 2023. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Small Business Size Standard is 750 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis one (1) 10,000 psi hydrostatic pressure vessel and one (1) 6,000 psi hydrostatic pressure vessel in accordance with the attached SOW, drawings and applicable documents, provided as attachments to this notice. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 0001: 10,000 psi hydrostatic pressure vessel Qty 1 each CLIN 0002: Option 1: 6,000 psi hydrostatic pressure vessel Qty 1 each CLIN 0003: Data IAW attached CDRLs Qty 1 lot � Not Separately Priced Delivery: FOB destination NUWCDIVNPT Newport, RI Delivery date: Quote best delivery date Site visit: Requests for a site visit must be sent to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil prior to Wednesday, February 14, 2024 at 2:00PM EST. Requests received after that may not be considered. Please allow for sufficient time to process site visit request. See site visit attachment for complete details. Offerors shall provide information and documentation in detail to clearly identify its overall qualifications. The Government will award the order based on its evaluation of each Offeror's understanding of the Government's requirements and ability to perform the work on the basis of its quote. � In the response to the RFP, the Offeror must address the below factors. (1) Technical Approach: 1. Offerors shall describe their proposed technical approach to demonstrate it meets the vertical hydrostatic pressure vessel specifications, IAW Applicable Documents provided as attachments to this notice. �Offerors shall include as much detail as possible including system details. Offerors shall include, if available, pictures of the vessel, data sheets, drawings, diagrams, calculations, schematics, etc. Response is limited to a total of six (6) pages maximum. 2. Discuss what types of features are used in the vertical hydrostatic pressure vessels to mitigate equipment and operator safety risks, and how the feature will mitigate risk.� Limited to one (1) page maximum. 3. Discuss contract team to include prime and subcontractors and their ASME and NBIC certifications and status. Limited to one (1) page maximum. a. Provide proof of ASME certification, specifically for ASME U2-Stamp (fabricate pressure vessels and tanks) and proof of NBIC certification. NOTE: The offerors technical approach must clearly demonstrate that it meets the specification documents (attached).� Simply stating something to the effect that, �This proposal complies with or meets or exceeds the specification in the required documents� is not sufficient.� An Offeror that simply states something to this effect and does not provide the level of system details in its technical approach as required above will be considered technically unacceptable. (2) Past Performance: 1. Provide at least two (2) examples of prior or current projects similar to this solicitation requirement that have been performed and delivered within the last three (3) years. ����������� a. Provide a description of the project//work performed and level of effort provided. b. Explain how the project and this solicitation requirement are similar and relate to each other.� Similar can mean equivalent pressure and volume requirements and/or system similarity. ����������� c. If available, include a picture, figure, and/or schematics of the prior project. ����������� d. Must include the following for each project: ����������������������� 1. Contract number or other equivalent number ����������������������� 2, Organization supported ����������������������� 3. Indication as a Prime or Subcontractor ����������������������� 4, Value ����������������������� 5. Project Point of Contact with current telephone number and/or email address. e. Limit one (1) page maximum per example (any pictures, figures, and/or schematics are excluded from this one (1) page limit). (3) The offeror shall deliver the TDP with unlimited data rights.� Offerors shall fill and submit clause 252.227-7017 Identification and Assertion Of Use, Release, Or Disclosure Restrictions, provided as Attachment 5 with it�s quote. Please see the TDP option selection worksheet provided in Attachment 2. (4) Delivery lead time (5) Price Note on Past Performance evaluation: The past performance evaluation assesses the Offeror�s ability to supply products and services that meet users� needs, based on a demonstrated record of performance. The Government may consider past performance information contained in the Supplier Performance Risk System (SPRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government may use other information such as the Contractor Performance Assessment Reporting System (CPARS) or other data available from Government sources to evaluate an Offeror�s past performance. The Government may also contact all or some of each Offeror�s customers to obtain past performance information. The Government reserves the right to limit or expand the number of references it decides to contact, and contact references other than those provided by the Offeror. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability �unknown� shall be considered neutral. Additional terms and conditions: 1. Contractor MUST have an active registration in SAM at the time of quote submission. 2. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. 3. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). 4. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov. 5. Offeror shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. 6. Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Friday, March 08, 2024 at 02:00 PM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. The following FAR clauses and provisions apply to this solicitation: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020); 52.212-1, Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018); 52.212-2, Evaluation � Commercial Items; 52.212-3, Offeror Representations and Certifications � Commercial Items; 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 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 The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.219-28, Post Award Small Business Program Representation (Nov 2020); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); 52.222-50, Combating Trafficking in Persons (Oct 2020); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). 52.222-50, Combating Trafficking in Persons (Oct 2020); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) The following DFARS clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 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 252.227-7015 Technical Data � Commercial Products and Commercial Services 252.227-7017 Identification and Assertion Of Use, Release, Or Disclosure Restrictions 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government 252.227-7030 Technical Data--Withholding Of Payment 252.227-7037 Validation of Restrictive Markings on Technical Data 252.246-7008 Sources of Electronic Parts 252.211-7003, Item Identification and Valuation. 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) Attachments: Attach 1: Statement of Work Attach 2: CDRLS and TDP Worksheet Attach 3: Applicable Documents Attach 4: Site visit instructions Attach 5: 252.227-7017 Identification and Assertion Of Use, Release, Or Disclosure Restrictions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/84f40817db8842d690c3e9e80f337b9c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07032438-F 20240418/240416230053 (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.