Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2025 SAM #8453
SOLICITATION NOTICE

J -- Maintenance for (5) Dust and Fume Collectors Annually and Quarterly

Notice Date
1/16/2025 2:34:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215825QS010
 
Response Due
1/24/2025 9:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Roshanda Sansom, Phone: (757)797-4351
 
E-Mail Address
roshanda.l.sansom.civ@us.navy.mil
(roshanda.l.sansom.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 Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 WILL be posted to SAM https://sam.gov/. THE RFQ number is N4215825QS010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 effective 03 Jan 2025, and DFARS Change Notice 20241218. 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 this address: https://www.acquisition.gov/. The NAICS CODE is 811310 and the size standard is $12.5M. This is a competitive, 100% Total Small Business Set-Aside procurement action. Period of Performance (POP): 1 year with an additional option year. Line Item Description Quantity Unit of Issue Price 0001 Maintenance of Five (5) Dust and Fume Collectors 1 JOB $ 1001 Option Year 1 JOB $ Extended Description: The contractor shall submit quotes based on the below documents provided explaining work to be performed and work location as well as in accordance with required clauses and provisions contained in this solicitation. Attachment 1 - Statement of Work Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Norfolk Naval Shipyard, Portsmouth, VA 23709 (exact customer address will be provided in the resulting contract). This announcement will close on January 24, 2025 at 12:00 PM Eastern Standard Time. 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/. To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. Quote must include signed vendor certification. Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Responses to this solicitation are due by 12:00 pm EST on January 24, 2025. Email quotes to Roshanda.L.Sansom.civ@us.navy.mil. 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): 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 52.204-2 Security Requirements MAR 2021 52.204-7 System for Award Management NOV 2024 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 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services SEP 2023 52.212-3 Alt I Offeror Representations and Certifications--Commercial Products and Commercial Services (MAY 2024) Alternate I FEB 2024 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2023 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services NOV 2024 52.219-28 Post-Award Small Business Program Rerepresentation FEB 2024 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.241-1 Electric Service Territory Compliance Representation MAY 1999 52.245-9 Use And Charges APR 2012 52.247-34 F.O.B. Destination JAN 1991 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-5 Authorized Deviations In Provisions NOV 2020 52.252-6 Authorized Deviations In Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7048 Export-Controlled Items JUN 2013 252.225-7972 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2024-O0014) AUG 2024 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.237-7024 Notice of Continuation of Essential Contractor Services. OCT 2010 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.246-7003 Notification of Potential Safety Issues JAN 2023 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations OCT 2010 252.247-7023 Transportation of Supplies by Sea OCT 2024 STATEMENT OF WORK Performance: Quarterly and annually maintenance of five (5) each dust and fume collectors in the Non-Nuclear CTD and Hull of building 163. Period of Performance: The terms of this contract requirement shall be from 2025-2026. One base year with a one-year option. Note: Exact dates will be specified upon contract award. 3. Equipment Specifications: Name Model Number Serial Number WINTEK # 1 BC - 24 0121 - 0004 WINTEK # 2 BC - 36 0121 - 0003 WINTEK # 3 BC - 54 0121 - 0005 WINTEK # 4 BC � 54 0221 � 0006 WINTEK 3 5 BC � 54 0919 � 008 4. Contractor Responsibilities: 4.1 The contractors shall supply labor and equipment to maintain 5 dust and fume collector towers. 4.2 Quarterly, the contractor shall perform visual inspections of entire systems, ladder only, and duct inspection is not needed. 4.3 Quarterly, the contractor will remove, clean, and reinstall pre-filters. 4.4 Annually, the contractor shall open, inspect, clean, and test all (5) dust and fume collectors, electrical and fire system. 4.5 Annually, the contractor will replace filters as needed. 4.6 The contractor shall replace cartridge and hepa filters, exhaust motors, purge solenoids and cleaning inside of each tower. 4.7 The contractor shall open, inspect, and certify fire suppressions, 2 electrical panels, 1Main Distribution Panel, and 1 Step Down transformer located above the Main Distribution Panel. 4.8 The contractor shall replace nano cartridge filters and brahm hepa filters on an as needed basis. NNSY is also requesting purchase of additional dry chemical bottles from the contractor. These additional bottles are to be used when the original bottles are taken out of the system to be recertified. ""Per FAR 22.102-1(a) entitled ""Safety"", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements; Norfolk Naval Shipyard OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements; OSHE Control Manual (OSHECM) requirements; or safety requirements for site specific location of the contract."" 5. Shipyard Responsibilities: NNSY must provide assistance to contractor as needed. 6. Lifting and Handling Requirements: N/A 7. Certification of Work Requirements: N/A 8. Testing: N/A 9. Safety or Security: Contractor must comply with: 9.1 WORKER ACCESS TO THE WORK SITE 9.2 INITIAL ENTRY � Companies seeking access to the shipyard must provide to the technical Point of Contact a request by filling out Form SECNAV 5512/1, detailing the full name, social security number, place and date of birth of each worker, the job�s start to completion date, and the contract number. This form must be signed by a company officer. This will be endorsed by the technical representative and forwarded to the NNSY Pass Office if required. 9.3 No employee or representative of the Contractor will be admitted to the site of work unless a SECNAV 5512/1 is submitted two weeks in advance to the TPOC. Each worker must attend a 45-minute training video prior to entering the shipyard�s CIA (Controlled Industrial Area) for the first time, but one viewing allows entry for one year. An entry badge will be issued. Each Contractor employee shall be required at the time of issuance of a personnel badge to complete a Special Access Determination Form. Requested information shall be furnished. Individuals who have felony convictions (e.g., murder, rape, drug offenses, of theft) or who are deemed untrustworthy by the Security Department, Norfolk Shipyard will be denied access to the shipyard and their personnel badge will be recalled. 9.4 VEHICLE ENTRY - The company name shall be displayed on each door of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA). 9.5 SPECIAL ACCESS - Access to special or restricted areas in the shipyard shall be coordinated with the Technical Point of Contact. Access to special or restricted areas in the shipyard shall be coordinated with the Technical Point of Contact PORTABLE ELECTRONIC DEVICES (PEDs) ""In accordance with COMSUBLANTICOMSUBPACINST 2075.lC, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches)."" WORKING HOURS -The Government's regular working hours are from 0720-1600, five days per week, Monday through Friday, except observed Federal holidays.11. Location: Norfolk Naval Shipyard, Portsmouth, VA., 23709, Building 171. 9.6 PORTABLE ELECTRONIC DEVICES (PEDs) ""In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches)."" 10 Critical time Constraints: 10.1 WORKING HOURS - The Government's regular working hours are from 0720- 1600, five days per week, Monday through Friday, except observed Federal holidays. 10.2 The Government observes the following holidays: New Year�s Day, Martin Luther King Jr.�s Birthday, President�s Day, Juneteenth Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans� Day, Thanksgiving Day, and Christmas Day. 11. Location: Building 163, 1st floor, Non-Nuclear CTD and Hull Cut Section of Code 926. 12. POINTS OF CONTACT: Technical POC: TO BE PROVIDED AT AWARD Temporary Service Zone Manager: TO BE PROVIDED AT AWARD Certifying Official: TO BE PROVIDED AT AWARD (b) The item is certified IAW NAVFAC P-307. (c) Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e. eccentricity of the bearing points). Attachment 1 - Statement of Work POC: Roshanda Sansom roshanda.l.sansom.civ@us.navy.mil Alt. POC: Jeremy Weible Jeremy.r.weible.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d298a1bdc3534778a066e79c685d43d5/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07314975-F 20250118/250116230059 (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.