This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items.
This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-24-Q-0318. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition. NAICS Code 314910 Textile Bags and Canvas Mills is applicable and business size is 500 employees. The solicitation will start on the date this solicitation is posted and will end on 5 September 2024 11:00 AM Pacific Standard Time.
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.
Requirements
**************************************************************************
NAVSUP FLC San Diego require topside covers to prevent corrosion.
Refer to statement of requirements for full detail.
Qty: see attachment
Period of Performance:
Delivery Date: 30 Sep 2024
Delivery: FOB Destination.
Inspection and acceptance: At Destination by the Government.
Contract Type: Order/ Contract resulting from this solicitation will be Firm Fixed Price (FFP).
Requirements
M2A1 .50 cal cover in red ArmorDillo with custom printed ships cres
Single M240 with shield cover in red ArmorDillo with custom printed ships crest
CIWS 1B Cover in red ArmorDillo
Brow skirt in red with Ships crest on left, USS RUSSELL DDG 59 in white lettering with black outline top center, STRENGTH IN FREEDOM in white bottom center, crossed anchors on right
DDG Fairlead Roller cover in red ArmorDillo with custom printed crossed anchors on top
DDG Flight 1 JP5 Hose Reel cover in red ArmorDillo
DDG Flight 1 STBD Davit control cover in red ArmorDillo
DDG FWD Capstan cover in red ArmorDillo with custom printed crossed anchors
UNREP Fuel Receiver cover in red ArmorDillo
Ships Gong cover in red ArmorDillo
21" AFFF Hose Reel cover in red ArmorDillo
MK137 Mod 10 NULKA cover in red ArmorDillo with custom printed ASMD down front length in white lettering with black outline
SRBOC cover in red ArmorDillo with custom printed 1 on top in white lettering with black outline
SRBOC cover in red ArmorDillo with custom printed 2 on top in white lettering with black outline
SRBOC cover in red ArmorDillo with custom printed 3 on top in white lettering with black outline
SRBOC cover in red ArmorDillo with custom printed 4 on top in white lettering with black outline
SRBOC cover in red ArmorDillo with custom printed 5 on top in white lettering with black outline
SRBOC cover in red ArmorDillo with custom printed 6 on top in white lettering with black outline
SLQ 32 V6 cover in grey Counterforce
Bulkhead Mounted IVCS Jackbox cover in red ArmorDillo
End
This solicitation documents and incorporates provisions and clauses in effect through the latest FAC and DFARS change notices. 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
Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 220.
Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006.
Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to jason.a.pelle.civ@us.navy.mil received no later than 4 September 2024 11:00:00 AM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation.
THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT.
It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government.
REVIEW OF AGENCY PROTESTS
The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).
Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.
The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official".
Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.
UNIT PRICES
Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments are permitted unless specifically authorized at the time of award.
WAGE DETERMINATION
WD 2015-5626 (Rev.10) and posted on beta.sam.gov is he To view the Ventura County,
CA Wage Determination-please visit https://beta.sam.gov
PROVISIONS INCORPORATED BY REFERENCE
52.204-7 System for Award Management OCT 2018
52.204-16 Commercial and Government Entity Code Reporting JUL 2019
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2019
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016
52.212-1 Instructions to Offerors—Commercial Items (CD 2018-O0018) JUN 2020
52.212-2 Evaluation—Commercial Items OCT 2014
52.212-3 Offeror Representations and Certifications—Commercial Items JUN 2020
52.252-5 Authorized Deviations in Provisions APR 1984
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 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 DEC 2019
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019
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
CLAUSES INCORPORATED BY REFERENCE
52.203-19** Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-10* Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
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 JUL 2018
52.204-25** Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2019
52.209-6* Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020
52.209-10*** Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-4 Contract Terms and Conditions—Commercial Items OCT 2018
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items NOV 2020 CD 2018-0021
52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008)
52.219-14 Limitations on Subcontracting. MAR 2020
52.219-28* Post-Award Small Business Program Rerepresentation JUN 2020
52.219-33* Non-Manufacturer Rule (Deviation 2020-O0008)
52.222-3* Convict Labor JUNE 2003
52.222-19* Child Labor—Cooperation with Authorities and Remedies (CD 2020-O0019)
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 JAN 2019
52.223-18* Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020
52.225-13* Restrictions on Certain Foreign Purchases JUN 2008
52.232-33* Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.232-18 Availability of Funds APR 1984
52.232-36* Payment by Third Party MAY 2014
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3** Protest after Award AUG 1996
52.233-4** Applicable Law for Breach of Contract Claim OCT 2004
52.247-34 F.o.b. Destination NOV 1991
52.252-6 Authorized Deviations in Clauses APR 1984
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
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019
252.204-7020 NIST SP 800-171 DoD Assessment Requirements. NOV 2020
252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement. NOV 2020
252.211-7003 Item Unique Identification and Valuation MAR 2016
252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010
252.222-7999 Combating Race and Sex Stereotyping (DEVIATION 2021-O0001)
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7001 Buy American and Balance of Payments Program--Basic DEC 2017
252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program--Alternate I DEC 2017
252.225-7048 Export-Controlled Items JUNE 2013
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card MAY 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020
252.243-7001 Pricing of Contract Modifications DEC 1991
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea--Basic FEB 2019
CLAUSES INCORPORATED BY FULL TEXT
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award on the basis of price and technical, unless the contracting officer is aware of past performance information related to the low price quote/offer which indicates that quote/ offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes/ offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
End of Clauses/Provisions.
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.
Quotation information may be submitted via email. Submit responses to: jason.a.pelle.civ@us.navy.mil Reference solicitation number: N00244-24-Q-0318 on all documents and requests for information. Quotes must be received no later than 5 September 2024 11:00 AM Pacific Standard Time.