The proposed contract is 100% set aside for Veteran Owned Small Businesses.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing on-site shot peening (at Portsmouth Naval Shipyard, Kittery, ME):
CLIN 0001: On-site shot peening services in accordance with Statement of Work.
CLIN 0002: On-site shot peening services in accordance with Statement of Work.
CLIN 0003: Travel expenses and Shipping, if any.
CLIN 1001: On-site shot peening services in accordance with Statement of Work.
CLIN 1002: On-site shot peening services in accordance with Statement of Work.
CLIN 1003: Travel expenses and Shipping, if any.
Period of performance: One year from date of contract, with two option periods to follow.
The following FAR provisions and clauses are applicable to this procurement:
52.204-7, System for Award Management
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
**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 including:
52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Representation
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
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
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010)
52.222-50, Combating Trafficking in Persons
52.223-11, Ozone Depleting Substances
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
52.225-13, Restriction on Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-36, Payment by Third Party
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unenforceability of Unauthorized Obligations
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-2, Security Requirements
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations
52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
52.211-15, Defense Priority and Allocation Requirements
52.213-3, Notice to Suppliers
52.217-9, Option to Extend the Term of the Contract
52.219-1, Small Business Program Representation
52.222-22, Previous Contracts and Compliance Reports
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
52.228-5, Insurance, Work on a Government Installation
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unenforceability of Unauthorized Obligations
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements
52.242-15, Stop-Work Order
52.247-17, Government Delay of Work
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
DFARS Clauses:
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, Alternate A, System For Award Management
252.204-7005, Oral Attestation of Security Responsibilities
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
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048, Export Controlled Items
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
252.247-7023, Transportation of Supplies by Sea
** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference in FAR 52.212-5)
NAVSEA CLAUSES
HQ B-2-0022 Contract Summary for Payment Office
HQ C-2-0016 Department of Labor Safety and Health Standards
HQ C-2-0023 Exclusion of Mercury
HQ C-2-0034 Minimum Insurance Requirements
HQ D-1-0002 Packaging of Supplies
HQ D-2-0006 Marking and Packing List(S)
HQ E-1-0003 Inspection and Acceptance of F.O.B. Destination Deliveries
HQ F-2-0004 F.O.B. Destination
HQ G-2-0009 Supplemental Instructions Regarding Electronic Invoicing
VENDOR ACCESS TO PORTSMOUTH NAVAL SHIPYARD
Vendor access to Portsmouth Naval Shipyard: No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard and adjacent areas. Proof of citizenship will be required. Entrance of foreign nationals requires prior approval. (Ref: SECNAVINST 5510.34)
CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD
Consign Parcel Post shipments to Portsmouth, NH 03801.
Consign all truck shipments, and rail shipments of 10,000 lbs. and over to Kittery, Maine via Portsmouth, NH. Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine.
Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions. Telephone (207) 438-5521/5206".
NOTICE: CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.
Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday. (Federal Holidays excepted.)
Contracting Officer's point of contact is:
Gisela Gauthier, Code 410 Tel: 207-438-3874, [email protected]
Fax: 207-438-4193
CORRESPONDENCE:
For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on Page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:
Contract Division, Code 410.2
T-162E
Portsmouth Naval Shipyard
Kittery, ME 03904
This notice will close at 06:00 AM EDT on July 14, 2018. Contact Gisela Gauthier, who can be reached via email: [email protected]. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities 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 on-line at https://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. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.