Federal Bid

Last Updated on 19 Aug 2021 at 7 PM
Solicitation
J b p h h Hawaii

Fiberglass Submarine Dome Dismantling & Disposal for PHNSY & IMF

Solicitation ID N32253-21-Q-0075
Posted Date 19 Aug 2021 at 7 PM
Archive Date 09 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Pearl Harbor Naval Shipyard Imf
Agency Department Of Defense
Location J b p h h Hawaii United states 96860

08/19/2021- Posted questions and answers (see attachment – N32253-21-Q-0075 - QUESTIONS AND ANSWERS 08.19.2021)

Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY) requests for quote (RFQ N32253-21-Q-0075) with the intent to award a Firm Fixed Price contract to cut, move, and place fiberglass into designated bins for one 19,000 pound fiberglass Virgina class submarine dome in accordance with the Performance Work Statement (PWS).  The Contractor shall provide and is responsible for all labor, project management, supervision, coordination, quality control, quality assurance, quality management, safety management, material, equipment, and transportation.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910 for Site Preparation Contractors. The small business size standard for this NAICS code is $16.5 million. The Product Service Code is P500, Salvage – Demolition of Structures/Facilities (Other Than Buildings).

The period of performance is 13 September 2021 to 19 February 2022.  

All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06, DFARS DPN 20210709, and NMCARS 18-18.  This is a total small business set aside.  

Written offers shall be submitted in accordance with the CLIN structure and in accordance with FAR 52.212-1 and its addendum. Offerors are to complete and submit FAR 52.204-24, 52.204-26, and 52.212-3. Quotation submissions should include a breakdown of quotation. Oral offers will not be accepted.

To evaluate technically acceptability, all offerors are required to submit a statement regarding their technical approach on completing the work in accordance with the Performance Work Statement. All submittals should be provided as an attachment to the quotation in a separate word document, size 12 font, no more than 8 pages.  Additionally, contractors are required to fill out the unit price and total amount for CLIN 0001 on the solicitation.

Quotes will be evaluated in accordance with FAR 52.212-2 as listed in the attached solicitation.

Quotes are due no later than Wednesday, 25 August 2021, at 8:00 a.m. HST.  

Quotes must be sent via e-mail to both the primary and secondary points of contacts.

Questions in regards to the solicitation must be submitted via e-mail only to both the primary and secondary points of contacts.  No telephonic requests.

Bid Protests Not Available