This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 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 both beta.SAM.gov and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060421Q4023. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-04 Effective January 19, 2021 and DFARS Publication Notice Change effective 1/15/2021.
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 336611 and the Small Business Standard is 1,250 Employees.
The proposed contract is 100% set aside for small business concerns.
The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing:
CLIN 0001 Underwater Hull Cleaning for YON-336 and YON-335 in accordance with PWS.
Please provide your quoted price as follows:
CLIN 0001 total price: $______________.
Period of performance: highly recommended completion date 5 March 2021.
Location is Pearl Harbor Hawaii 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Evaluation:
Award will be made to the Lowest Priced Technically Acceptable (LPTA) quote. In order to be technically
acceptable the contractor must provide a statement in the email response or quote declaring that they take no exception to the attached PWS.
Questions regarding this procurement can be sent by 10:00 AM Hawaii Standard Time on Monday, 15 February 2021. (This will allow sufficient time to obtain answers and respond before the closing date).
This RFQ will close at 10:00 AM Hawaii Standard Time on Wednesday, 17 February 2021.
The following FAR provision 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
52.204-18 Commercial and Government Entity Code Maintenance
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 Telecomunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to OfferorsâCommercial Items
52.212-3 Offeror Representations and CertificationsâCommercial Items--Alternate I
52.212-4 Contract Terms and ConditionsâCommercial Items
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersâCommercial Items
52.219-6 Notice of Total Small Business Set-Aside (Class Deviation 2020-O0008)
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
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
52.222-50 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
52.232-33 Payment by Electronic Funds TransferâSystem for Award Management
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
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
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
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsâRepresentation. (DEVIATION 2020-O0015)
252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro
Regime (DEVIATION 2020-O0005)
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7023 Transportation of Supplies by Sea--Basic
Quoters shall 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 contract terms and conditions applicable to this procurement are:
This announcement will close at 10:00 AM Hawaii Standard Time on Wednesday, 17 February 2021. Contact Kyle Quintal who can be reached at email
[email protected] All responsible sources may submit a quote which shall be considered by the agency.
Attachment List:
1. PWS
2. 4.02.1 FAR 52.212-3 (Jun 2020) and Alt I
3. 4.02.2 Wage Determination No.: 2004-0047 Rev 17
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, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Bid Protests Not Available