SOLICITATION NOTICE
J -- Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
- Notice Date
- 4/24/2025 9:34:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- SUP OF SHIPBUILDING CONV AND REPAIR NEWPORT NEWS VA 23607-2787 USA
- ZIP Code
- 23607-2787
- Solicitation Number
- N62793-25-Q-0003
- Response Due
- 5/8/2025 10:00:00 AM
- Archive Date
- 05/23/2025
- Point of Contact
- Shauna McLarney, Willie Jones
- E-Mail Address
-
shauna.c.mclarney.civ@us.navy.mil, Willie.Jones60.civ@us.navy.mil
(shauna.c.mclarney.civ@us.navy.mil, Willie.Jones60.civ@us.navy.mil)
- Description
- This announcement constitutes the only solicitation to be posted. The solicitation number for this procurement is N62793-25-Q-0003. Quotes are being requested in accordance with the information provided in the Statement of Work (SOW). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation (DFARS) Change 01/17/2025. The applicable North American Industry Classification System (NAICS) code is 541330 � Marine Engineering Services. The Government will review quotes for compliance and accuracy. Only qualified Contractors may submit quotes. This is a Firm Fixed Price procurement using the procedures IAW FAR Part 12 and FAR Part 13 for commercial services. The technical expert will evaluate the quotes based on information furnished by the contractor and the specifications provided by the Government. This request for quotation (RFQ) is a requirement for the Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance in accordance with the attached SOW. The required completion date is no later than 120 days ARO. The current versions of the following clauses and provisions are hereby incorporated and apply to this acquisition: FAR 52.202-1, Definitions, FAR 52.203-5, Covenant Against Contingent Fees, FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government, FAR 52.203-7, Anti-Kickback Procedures, FAR 52.204-6 Unique Entity Identifier FAR 52.204-12, Unique Entity Identifier Maintenance, FAR 52.204-13, System for Award Management Maintenance, FAR 52.204-19, Incorporated by Reference of Representations and Certifications, FAR 52.204-24, Represent. Regarding Certain Telecom. & Video Surveillance Services or Equipment, FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation, FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders -- Representation and Disclosures. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, FAR 52.212-2, Evaluation - Commercial Products and Commercial Services, FAR 52.212-3, Offeror Representations & Certifications-Commercial Products and Commercial Services, FAR 52.212-4, Contract Terms & Conditions-Commercial Products and Commercial Services, FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services, FAR 52.246-16, Responsibility for Supplies, FAR 52.252-2, Clauses Incorporated by Reference, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Services, DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7012, Safeguarding Covered Defense Information & Cyber Incident Reporting, DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense � Telecom. Equipment or Services--Representation DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7006, Wide Area Workflow Payment Instructions, DFARS 252.232-7010, Levies On Contract Payments, DFARS 252.247-7023, Transportation of Supplies by Sea. All current versions of provisions and clauses may be accessed electronically at https://www.acquisition.gov/content/regulations and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html . The offeror�s quote shall contain the following information: Solicitation number; date; offeror�s name, POC, e-mail, and mailing address; terms of any warranties; total price to complete the services outlined in the SOW, any discount terms; delivery date for FOB destination in accordance with the delivery requirements specified above; acknowledgement of all solicitation amendments (if applicable); and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. The offer shall also contain all other documentation specified herein. Late offers: Quotes (or modification of quotes) received after the exact date and time specified herein for receipt of offers will not be considered. By submission of its quote, offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offer. Evaluation/Award: The evaluation will be completed using the Lowest Price Technically Acceptable (LPTA) selection process. In order to permit efficient competition, the Government will utilize the following evaluation methodology: Proposals will initially be screened for price and placed in order (lowest price to highest price). The Government will then evaluate the technical aspects of the lowest-priced proposal. In the event the lowest-priced proposal is deemed technically unacceptable, the process described will be conducted again as many times as necessary, until the Government identifies a technically acceptable proposal. The Government will make award to the lowest-priced technically acceptable proposal. Accordingly, under this methodology, the technical aspects of some proposals may not be evaluated by the Government. Response Time: All quotes shall be marked with the Solicitation Number, Date and Time, and submitted via email to Shauna McLarney, Contracting Officer, at Shauna.c.Mclarney.civ@us.navy.mil NLT 1:00 pm on 05/08/25. Electronic email quotes are the only accepted form of submission. Contractual questions shall be submitted NLT 1:00 pm on 05/06/25 via email to SSNNCode413Users@us.navy.mil. Technical questions shall be submitted NLT 1:00 pm on 05/06/25 via email to Willie.Jones60.civ@us.navy.mil. No questions will be addressed via telephone. All deadlines or references to time for this solicitation will be due based on the Eastern Time zone. Note: All offerors are required to be registered in the System for Award Management (SAM) at the time quotations are submitted. For more information, visit: www.SAM.Gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab62cf8e085b4904b7678bbedf089239/view)
- Place of Performance
- Address: Newport News, VA 23607, USA
- Zip Code: 23607
- Country: USA
- Zip Code: 23607
- Record
- SN07420092-F 20250426/250424230046 (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 |