This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13.5, 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 to BETASAM. The RFQ number is SPMYM3-20-Q-3020. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-02 and DFARS Change Notice 20200114. 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 this address: https://www.acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. The FSC Code is 5350 and the NAICS code is 327910. The Small Business Standard is 750 Employees. This requirement is being processed utilizing full and open competition.
The Offeror, by submission of its quotation, represents it will not provide covered telecommunications equipment or services to the Government in the performance of any award resulting from this solicitation in accordance with paragraph (c) of the clause at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
This requirement is for an IDIQ for Coal Slag IAW Attachment 1. The grit must be from a QPL source under MIL-A-22262B (SH). Estimated Period of Performance: March 16, 2020-March 15, 2021. The minimum is 1 order for a maximum of 40 orders as follows:
0001: Coal Slag (Medium).
Minimum of 1 25-Ton Load up to a maximum of 40 (1000 Tons)
Price per ton of Grit:
0002: Freight
Grit must be delivered directly to the Portsmouth Naval Shipyard and pumped into the hoppers. Criteria for a truck includes: Need to be equipped with the ability to pressurize, and or blow out the load. Line size is 4” ID, transfer line.
Minimum of 1 Shipment up to a maximum of 40 Shipments
Price per Shipment:
0003: Demurrage
Demurrage is classified as wait time once the vendor is on the Shipyard and begins delivery. Demurrage is estimated at 4 hours per delivery. Demurrage can only be billed for if it occurs and must be confirmed by the Contract Specialist before invoicing.
Minimum of 0 hours up to a maximum of 120 hours.
Price per hour of Demurrage:
0004: Split-Deliveries
Split-Deliveries occur when a load is split between 2 hoppers. Split deliveries (if they occur) must be confirmed by the Contract Specialist prior to invoicing.
Minimum of 0 split deliveries up to a maximum of 40.
Price per Split Delivery:
0005: Data Requirements
Data required to be submitted with each shipment. Required data can be found as Exhibit A (Attached) and is SEQ A001 (MSDS) and SEQ A002 (Certificate of Quality Conformance). Please include the cost of data in the grit CLIN is possible.
A001: Minimum of 1 set up to a maximum of 40
A002: Minimum of 1 set up to a maximum of 40
Price for A001:
Price for A002:
FAR CLAUSES AND PROVISIONS
52.202-1, Definitions
52.203-3, Gratuities
52.204-7, System for Award Maintenance
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, SAM Maintenance
52.209-5, Certification Regarding Responsibility Matters
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3, Offeror Reps and Certs
52.212-4, Contract Terms and Conditions – Commercial Items
52.216-1, Type of Contract (FFP)
52.216-19, Order Limitations
52.216-22, Indefinite Quantity
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs
52.223-3 Hazardous Material Identification and Material Safety Data
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-2 Service of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-32, F.O.B—Origin, Freight Prepaid
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:
52.203-6 with Alt 1, Restrictions on Subcontractor Sales to the Government,
52.204-10 Reporting Executive Compensation and First-Tier Subcontract awards,
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,
52.219-4 Notice of Price Evaluation Preference for HUBZone or SB Concerns,
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,
52.221-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-35 Equal Opportunity for Veterans,
52.222-36 Equal Opportunities for Workers w/ Disabilities,
52.222-37 Employment Reports on Disabled Veterans,
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-50 Combating Trafficking in Persons,
52.223-11 Ozone Depleting Substances,
52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving,
52.225-13 Restrictions on Certain Foreign Purchases,
52.232-33 Payment by Electronic Funds Transfer-SAM
DFARS CLAUSES AND PROVISIONS
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
252.204-7004, System for Award Management
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)
252.204-7015, Disclosure of Information to Litigation Support Contractors
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.
252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.211-7003 Item Identification and Valuation
252.215-7007 Notice of Intent to Resolicit
252.215-7008 Only One Offer
252.216-7006, Ordering
52.223-7001, Hazard Warning Labels
252.223-7008 Prohibition of Hexavalent Chromium
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
252.225-7048, Export Controlled Items
52.225-7012, Preference for Certain Commodities
252.225-7021 Trade Agreements
252.232-7003, Electronic Submission of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies By Sea
Note: Buy American Act-Balance of Payments Program Applies and the vendor shall list the country of origin for each item. Trade Agreements Apply and the vendor shall list the country of origin for each line item.
DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)
52.211-9000 Government Surplus Material
52.211-9011 Delivery Terms and Evaluation
52.211-9014 Contractor Retention of Traceability Documentation
52.211-9020 Time of Delivery-Accelerated Delivery
52.211-9023 Substitution of Item After Award
52.215-9023, Reverse Auction
52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution
52.246-9039 Removal of Government Identification from Non Accepted Supplies
52.247-9012, Requirements for Treatment of Wood Packaging Material
LOCAL CLAUSES (See Attachment for Full Text):
YM3 A1: Additional Information
YM3 C500: Mercury Control (Supplies)
YM3 C506: Qualified Products (Award)
YM3 C518: Vendor Access to Portsmouth Naval Shipyard
YM3 C519: Safety/Security
YM3 C520: OSHA Health and Safety Clause
YM3 C521: Restrictions on the use of Yellow Material
YM3 C522: Radiological Indoctrination
YM3 C523: Radiological Postings and Instructions
YM3 C526: Removal of Hazardous Materal
YM3 C528: Specification Changes
YM3 D2: Marking of Shipments
YM3 D4: Preparation for Delivery (Commercially Packaged Items)
YM3 D8: Prohibited Packing Materials
YM3 D10: Hazardous Material
YM3 E2: Inspection and Acceptance (Destination)
YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard
YM3 H14: Information on Exposure to Hazardous Material
YM3 H41: Holidays
YM3 H46: Liability, Insurance Limits
YM3 M8: Single Award for All Items
Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM.
This announcement will close at 12:00PM EST on Wednesday, March 11, 2020. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email [email protected]. All responsible sources may submit a quote which shall be considered by the agency.
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 online at http://www.sam.gov/.
If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.
Please submit bids via email at [email protected].
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.