This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Contract Opportunities (sam.gov). The anticipated award date is 28 June 2024.
The Request for Quotation (RFQ) number is N62742-24-Q-1800. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 (04-22-2024) and DFARS Publication Notice 20240425. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 813312 and the Small Business Standard is $19,500,000 average annual receipts over the past three years. This acquisition is advertised on single source basis. The Small Business Office concurs with this decision.
THE PROPOSED CONTRACT ACTION IS FOR COMMERCIAL SERVICES FOR WHICH NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC (NAVFAC Pacific) INTENDS TO SOLICIT AND NEGOTIATE A FIRM-FIXED-PRICE PURCHASE ORDER WITH SAVE OUR SHEARWATERS UNDER THE AUTHORITY OF FAR 13.106-1(b), SOLICITING FROM A SINGLE SOURCE FOR PURCHASES NOT EXCEEDING THE SIMPLIFIED ACQUISITION THRESHOLD. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals, however, all bids, proposals, or quotations received by closing date will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses received to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Period of performance is one year from the date of award. Location of the work is at the Pacific Missile Range Facility (PMRF), located five nautical miles northwest of the central business district of Kekaha in Kauai, Hawaii. The objectives of this project is to provide rehabilitation of injured and sick native birds at PMRF. The contractor shall include all of the necessary labor associated with meeting the objective.
Unless otherwise specified in the order, the Contractor is responsible for the performance of all inspection requirements and quality control.
The following FAR provisions and clauses are applicable to this procurement:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
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 Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
52.204-27 Prohibition on a ByteDance Covered Application
52.204-29 Federal Acquisition Supply Chain Security Act Orders – Representation and Disclosures
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors—Commercial Items
52.212-3 Offeror Representations and Certifications—Commercial Items—Alternate I
52.212-4 Contract Terms and Conditions—Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-1 Small Business Program Representations--Alternate I
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-54 Employment Eligibility Verification
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wage Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-5 Pollution Prevention and Right-to-Know Information
52.233-6 Drug-Free Workplace
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Certain Foreign Purchases
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-11 Extras
52.232-33 Payment by Electronic Funds Transfer – System for Award Management
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
52.243-1 Changes-Fixed-Price--Alternate I
52.244-6 Subcontracts for Commercial Products and Commercial Services
52.249-1 Termination for Convenience of Government
52.252-2 Clauses Incorporated by Reference.
All clauses shall be incorporated in the order. Additional 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
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.225-7048 Export-Controlled Items
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
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
This announcement will close at 5:00 p.m. Hawaii Standard Time on May 30, 2024. Submit quotes via email to rachel.m.isara-phan.civ@us.navy.mil and danika.m.kamikawa.civ@us.navy.mil. Contact Rachel Isara-Phan (Contract Specialist) or Danika Kamikawa (Contracting Officer) via email for information regarding this solicitation. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
SUBMISSION REQUIREMENTS:
a. Brief description of the methodology of conducting the work
b. Detailed price quote with complete price breakdown, attached
c. Completed copy of 52.212-3, attached
System for Award Management (SAM). Quoters 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), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
ATTACHMENTS:
1. Performance Work Statement dtd 02-20-2024
2. Price Sheet
3. FAR 52.212-3
4. FAR 52.217-8 (Full Text versions with fill in information)
5. FAR 52.217-9 (Full Text versions with fill in information)
6. SCA WD 2015-5691 Rev 20 dtd 12-26-2023
******* End of Combined Synopsis/Solicitation ********