This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the
information in FAR Subpart 12.6, using Simplified Acquisition Procedures of FAR Part 13, 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 BetaSAM. The Request for Quotation (RFQ) number is N3904022Q0213.
This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS
Change Notice 2022-0526.
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 332420 and the Small Business Standard is 750 employees. This solicitation is full and open competition.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
See attached Request for Quotation (RFQ) sheet for details.
• Required delivery date ASAP
• Place of performance is: Portsmouth Naval Shipyard, Kittery, ME 03904.
• For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive.
• CPARS information will be utilized to evaluate Past Performance.
• Award may be made on the basis of adherence to the schedule and/or soonest mobilization.
• Please provide published commercial labor rates and breakdown of total prices, if applicable,
for Price Justification purposes.
• See Below for Applicable Clauses.
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 (P) and clauses are applicable to this procurement:
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 Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment.
52.204-26 Covered Telecommunications Equipment or Services—Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-6 Brand Name or Equal
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 Products and Commercial Services
52.212-2 Evaluation—Commercial Products and Commercial Services
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services
52.212-3 ALT I Offeror Representations and Certifications—Commercial Products and Commercial Services-- Alternate I
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 AltII Contract Terms and Conditions Required to Implement Statutes or Executive Orders—
Commercial Items—Alt II
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-21 Prohibition of Segregated Facilities
52.222-3 Convict Labor
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
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 Relating to Iran— Representation and Certifications
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
52.233-1 Disputes
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
52.243-1 Changes-Fixed Price
52.246-1 Contractor Inspection Requirements
52.246-2 Inspection of Supplies—Fixed Price
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
52.253-1 Computer Generated Forms
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 Information
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
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 Interrogations of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications.
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
C-202-H001 Additional Definitions—Basic
C-204-H001 Use of Navy Support Contractors for Official Contract Files
C-211-H018 Approval by the Government
C-223-H003 Exclusion of Mercury
C-223-N002 Restrictions on use of Yellow Material
D-247-H002 Packing of Supplies—Basic
D-247-H004 Marking and Packing List(s)
D-247-W001 Prohibited Packing Materials
E-246-H016 Inspection and Acceptance of F.O.B. Destination Deliveries
F-211-W001 Partial Deliveries
F-242-H001 Contractor Notice Regarding Late Delivery
F-247-H001 Delivery of Data (NAVSEA) (OCT 2018)
F-247-N002 Instructions for Deliveries to Portsmouth Naval Shipyard (NAVSEA) (MAR 2019)
G-232-H002 Payment Instructions and Contract Type
G-232-H004 Government Purchase Card Method of Payment
G-232-H005 Supplemental Instructions Regarding Invoicing
G-242-H001 Government Contract Administration Points-of-Contact Responsibilities
G-242-H002 Hours of Operation and Holiday Schedule
L-204-H003 Notification of Use of Navy Support Contractor for Official Contract Files
The Government intends to award a firm-fixed price purchase order resulting from this solicitation to the
responsible vendor that provides the Lowest Price Technically Acceptable quoatation. The purchase order will be
awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the
following criteria:
- Technical Acceptability including adherance to schedule
- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)
- Price
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.
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.
Price:
The Price will be evaluated as Lowest Price Technically Acceptable.
Past Performance:
All vendors will be screened for responsibility in accordance with FAR Subpart 9.1
This announcement will close at 11:59 PM local time on Friday, 17 June 2022. Contact Brittney Meurrens who can be reached by email brittney.l.meurrens.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.
******* END OF COMBINED SYNOPSIS/SOLICITATION ********