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 Government wide Point of Entry (GPE) https://beta.sam.gov. The Request for Quotation (RFQ) number is N3904021Q0004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-03 and DFARS Change Notice 2021-0115. 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 https://www.acq.osd.mil/dpap/dars/change_notices.html.
The North American Industry Classification System (NAICS) is 238990. The small Business Size Standard is $15 million. This solicitation is a 100% Small Business Set-aside requirement.
This requirement is for a firm fixed price contract for the rental of a crane with operator IAW the attached Statement of Work (SOW) at the Portsmouth Naval Shipyard (PNS) in Kittery, Maine 03904.
See attached Request for Quotation (RFQ) sheet for details.
- Place of Performance: Portsmouth Naval Shipyard, Kittery, Maine
- Period of Performance: 03/30/2021-06/03/2021
Attachments include:
- 21Q0002_Attachment 1_RFQ
- 21Q0002_Attachment 2_Statement of Work
- 21Q0002_Attachment 3_Certifications
- 21Q0002_Attachment 4_Crane Checklist
- 21Q0002_Attachment 4_Requirements
- 21Q0002_Map of work area
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 and clauses are applicable to this procurement:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
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
52.211-17 Delivery of Excess Quantities
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
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.219-1 Alt Small Business Program Representations
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
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts).
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706.
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.
52.225-1 Buy American—Supplies
52.225-3 Buy American –Free Trade Agreements – Israeli Trade Act
52.225-5 Trade Agreements
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
52.232-18 Availability of Funds
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
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
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-H017 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (DEC 2018)
C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)
C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)
C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)
C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)
D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018)
D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)
E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (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-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)
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
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors
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 Work Flow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
Award will be based upon best value to the Government. These factors include technical acceptability, adherence to schedule, and price.
Evaluation: The Government intends to make a single firm fixed price award to satisfy this requirement. Award will be made on the initial evaluation of quotes received in response to this RFQ. Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. The following factors will be used to evaluate quotes:
- Technical Acceptability (Must meet specifications and document capabilities)
- Adherence to Schedule (Period of Performance must be met)
- Price
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 PWS.
Technical Evaluation Ratings
Rating
Description
Acceptable
Submission clearly meets the minimum requirements of the solicitation
Unacceptable
Submission does not clearly meet the minimum requirements of the solicitation
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:
All quotes must be the Contractor’s Best Pricing. The Government intends to evaluate quotes and award a contract without discussions. The vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary and in the best interest to the Government. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. Quotes shall provide pricing for each Contract Line Item Number (CLIN) with exception to CLINS that are not separately priced (NSP).
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 2:00 PM ET local time on 05 March 2021. Contact Steven Carlberg who can be reached by email steven.carlberg@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.
******* End of Combined Synopsis/Solicitation ********