This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, 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. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on BETA.SAM. The Request for Quotation (RFQ) number is N3904021Q0090. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-02 and DFARS Change Notice 2020-0929. 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/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code is 332710 and the Small Business Standard is 500 Employees. This is a Total Small Business Set Aside.
This requirement is a Total Small Business Set Aside for Shot Peening Services on a 726 Class Propeller Shaft, a 726 Class Stern Tube, and 774 Class Propeller Shafts all to be completed in accordance with Statement of Work that corresponds with each CLIN of this solicitation.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
0001 JML 02454011; Shot Peening Services on 726 Class Propeller Shaft in accordance with the statement of work.
1 JOB $_____________________
*Please provide breakdowns of the price for all parts, labor, and associated travel.
0002 JML 02454012; Shot Peening Services of Class 1 surfaces of 726 Class Stern Tube Shafts in accordance with the statement of work.
1 JOB $_____________________
*Please provide breakdowns of the price for all parts, labor, and associated travel.
0003 JML 02454013; Shot Peening of Inconel 625 clad surfaces of 774 Class Propeller Shafts to be done in accordance with the statement of work.
1 JOB $_____________________
*Please provide breakdowns of the price for all parts, labor, and associated travel.
See attached Request for Quotation (RFQ) sheet for details.
• Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.
• Period of Performance: Required as Soon as Possible.
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 and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-2 Security Requirements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use
52.211-15 Defense Priority And Allocation Requirements
52.212-1 Instructions to Offerors--Commercial Items
52.212-2 Evaluation - Commercial Item
52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.215-5 Facsimile Proposals
52.216-1 Type of Contract: Firm Fixed Price
52.219-1 Alt Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor -- Cooperation with Authorities and Remedies
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement Of Equivalent Rates For Federal Hires
52.222-50 Combating Trafficking in Persons
52.223-3 Hazardous Material Identification & Material Safety Data
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation
52.242-15 Stop-Work Order
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.252-6 Authorized Deviations in Clauses
Quoters should include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control Of Government Personnel Work Product
252.204-7006 Billing Instructions
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
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items
252.231-7000 Supplemental Cost Principles
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
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. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:
- Technical Acceptability (Must meet specifications and document capabilities)
- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)
- Price (Lowest Price Technically Acceptable, after adherence to other factors)
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.
Technical:
Please provide documentation demonstrating your capabilities in fulfilling the SOW.
If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.
Schedule:
Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.
Price:
The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.
Past Performance:
PPIRS/CPARS 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”.
This announcement will close at 03:00 PM ET local time on 28 January, 2021. Contact Gordon Roberts III who can be reached by email Gordon.J.Roberts1@Navy.Mil.
METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed (or faxed to 207-438-4193). 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.
Amendment 0001 to this solicitation was to extend the date that offers are due. Amendment 0002 is to add the attachment with answers to technical clarification questions from industry.
******* End of Combined Synopsis/Solicitation ********