This is a COMBINED SYNOPSIS/SOLICITATION for a non-commercial service prepared in accordance with the information in the FAR, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice.
This announcement constitutes the only solicitation; a written solicitation will not be issued. Under the authority of FAR 6.302-1, only one responsible source is capable of fulfilling this requirement. Cepeda Associates, Inc. (Cage Code: 60756) is the Original Equipment Manufacturer (OEM) and, thus, owns the proprietary data (drawings, equipment, processes, etc.) required to perform this work. Paper copies of this solicitation will not be available.
This combined synopsis/solicitation SHALL be posted on sam.gov. The RFQ number is N3904023Q0174. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 20230609. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.
The NAICS code is 336611 and the Small Business Standard is 1300 Employees. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Pre-Arrival Tests of Scrubbers and Burners on an LA Class Submarine at USO Naval Base Guam, Santa Rita, GU 96915 in accordance with the attached Performance Work Statement.
Period of Performance is: 07/07/2023 to 07/14/2023.
Place of Performance: USO Naval Base Guam, Santa Rita, GU 96915
Attachment Table of Contents
- N3904023Q0174 RFQ
- Performance Work Statement_Redacted
- DD Form 254-2025-Solit-Cepeda-5_Redacted
- PNSY OPSEC Contract Requirements Enclosure 2 23-001
- Contract Security Stipulation for U-NNPI Enclosure 5
- Sole Source Justification_Redacted
PROVISIONS & CLAUSES
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions, (https://www.acquisition.gov/browse/index/far), and clauses are applicable to this procurement:
(P) 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements —Representation
(C) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
(C) 52.204-1 Approval of Contract
(C) 52.204-2 Security Requirements
(P) 52.204-7 System for Award Management
(C) 52.204-9 Personal Identity Verification of Contractor Personnel
(C) 52.204-13 System for Award Management Maintenance
(P) 52.204-17 Ownership or Control of Offeror
(C) 52.204-19 Incorporation by Reference of Representations and Certifications.
(P) 52.204-20 Predecessor of Offeror
(C) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
(P) 52.204-22 Alternative Line Item Proposal
(C) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities
(P) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment
(C) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
(C) 52.209-1 Qualification Requirements FEB 1995
(P) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
(C) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
(C) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
(P) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
(P) 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program
Use
(C) 52.211-15 Defense Priority And Allocation Requirements
(C) 52.213-4 Terms and Conditions--Simplified Acquisitions (Other Than Commercial Products and Commercial Services)
(P) 52.215-1 Instructions to Offerors-Competitive Acquisition.
(P) 52.219-1 Small Business Program Representations
(C) 52.219-28 Post-Award Small Business Program Representation
(C) 52.222-3 Convict Labor
(C) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies
(C) 52.222-21 Prohibition Of Segregated Facilities
(C) 52.222-26 Equal Opportunity
(C) 52.222-36 Equal Opportunity for Workers with Disabilities
(C) 52.222-41 Service Contract Labor Standards
(C) 52.222-42 Statement Of Equivalent Rates For Federal Hires
(C) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple
Year and Option Contracts)
(C) 52.222-50 Combating Trafficking in Persons
(C) 52.222-55 Minimum Wages Under Executive Order 13658
(C) 52.222-62 Paid Sick Leave Under Executive Order 13706
(C) 52.223-5 Pollution Prevention and Right-to-Know Information
(C) 52.223-11 Ozone-Depleting Substances and High Global Warming
Potential Hydrofluorocarbons.
(C) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
(C) 52.225-13 Restrictions on Certain Foreign Purchases
(P) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
(C) 52.232-1 Payments
(C) 52.232-8 Discounts for Prompt Payment
(C) 52.232-11 Extras
(C) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management
(C) 52.232-36 Payment by Third Party
(C) 52.232-39 Unenforceability of Unauthorized Obligations
(C) 52.233-1 Disputes MAY 2014
(C) 52.233-3 Protest After Award
(C) 52.233-4 Applicable Law for Breach of Contract Claim
(C) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation
(C) 52.242-15 Stop-Work Order
(C) 52.242-17 Government Delay of Work
(C) 52.243-1 Changes--Fixed Price
(C) 52.243-4 Changes
(C) 52.246-1 Contractor Inspection Requirements
(C) 52.246-4 Inspection of Services-Fixed-Price
(C) 52.247-34 F.O.B. Destination
(P) 52.252-1 Solicitation Provisions Incorporated By Reference
(C) 52.252-2 Clauses Incorporated By Reference
(C) 52.252-6 Authorized Deviations In Clauses
(C) 52.253-1 Computer Generated Forms
The local clauses can be sent upon request.
C-202-H001 ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018)
C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)
C-211-H001 ACCESS TO THE BESSEL(S) (NAVSEA) (OCT 2018)
C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)
C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)
C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)
C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)
C-227-H003 PROTECTION OF NAVAL NUCLEAR PROPULSION INFORMATION (NAVSEA) (OCT 2018)
C-243-H001 CONTRACTOR PROBLEM IDENTIFICATION REPORTS (NAVSEA) (OCT 2018)
C-245-H004 INFORMATION AND DATA FURNISHED BY THE GOVERNMENT—BASIC (NAVSEA) (MAY 2019)
C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)
D-211-H001 PACKAGING OF DATA (NAVSEA) (FEB 2022)
D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018)
D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)
D-247-H004 MARKING AND PACKING LIST(S) – BASIC (NAVSEA) (FEB 2022)
D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018)
E-246-H010 TESTS AND TRIALS--BASIC (NAVSEA) (OCT 2018)
E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018)
F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018)
F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018)
F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL
(NAVSEA) (OCT 2018)
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE
(NAVSEA) (JUN 2018)
G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)
G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND
RESPONSIBILITIES (NAVSEA) (OCT 2018)
G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)
H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)
Additional DFARS, (https://www.acq.osd.mil/DPAP/dars/dfarspgi/current/index.html) contract terms and conditions applicable to this procurement are:
(C) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
(C) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
(P) 252.203-7005 Representation Relating to Compensation of Former DoD Officials
(C) 252.204-7000 Disclosure Of Information
(C) 252.204-7003 Control Of Government Personnel Work Product
(P) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
(C) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident
(C) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
(C) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
(P) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
(C) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements
(P) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
(C) 252.223-7008 Prohibition of Hexavalent Chromium
(P) 252.225-7031 Secondary Arab Boycott of Israel
(C) 252.225-7048 Export-Controlled Items
(C) 252.231-7000 Supplemental Cost Principles
(C) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
(C) 252.232-7006 Wide Area WorkFlow Payment Instructions
(C) 252.232-7010 Levies on Contract Payments
(C) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
(C) 252.243-7001 Pricing of Contract Modifications.
(C) 252.247-7023 Transportation of Supplies by Sea
*END CLAUSES*
This announcement will close at 3:00 PM ET local time on 28 June 2023. Contact Alyssa Cress who can be reached by email alyssa.a.cress.civ@us.navy.mil.
METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (SAM): Vendors 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), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms.
At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.
Past Performance:
CPARS/FAPIIS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.
******* End of Combined Synopsis/Solicitation ********