Federal Bid

Last Updated on 20 May 2025 at 7 PM
Combined Synopsis/Solicitation
J b p h h Hawaii

Underwater Hull Cleaning - DDG Separators and CVN Camel

Solicitation ID N0060425Q4054
Posted Date 20 May 2025 at 7 PM
Archive Date 12 Jun 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsup Flt Log Ctr Pearl Harbor
Agency Department Of Defense
Location J b p h h Hawaii United states 96860

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under 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 on SAM.gov.

The RFQ number is N0060425Q4054. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-07 and DFARS Publication Notice 20250117.  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 1,300 employees.  This proposed contract action is 100% set aside for Small Business concerns.  The Small Business Office concurs with the set aside decision.

The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests quotations from qualified sources capable of providing underwater hull cleaning services in accordance with Attachment 2 - Performance Work Statement (PWS) for Commander, Navy Region Hawaii (CNRH).

Period of Performance: Within Three (3) Months from Date of Award.

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 

Attachment 1- This Combined Synopsis/Solicitation 

Attachment 2 - Performance Work Statement

Attachment 3 – 52.212-3 CD and 52.204-24

Attachment 4 – WD 2015-5689 Rev 24

Attachment 5 - Underwater Hull Cleaning Pricing Sheet

Questions regarding the solicitation:  Questions shall be submitted electronically to Kesha Kishinami, [email protected].  Oral queries will not be accepted.  Emails sent to this address shall clearly reference the RFQ N0060425Q4054 in the subject line. Other methods of submitting questions will not be acknowledged or addressed.  Questions may be submitted at any day and time, but not later than 9:00 AM HST (Hawaii Standard Time) on Thursday, 22 May 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.

This announcement will close at 9:00 AM HST (Hawaii Standard Time) on Wednesday, 28 May 2025.  Contact Kesha Kishinami who can be reached via email at: [email protected]. Quotes shall be submitted electronically via email to Kesha Kishinami, email [email protected].  Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 

A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 3 - 52.212-3 CD Offeror Representations and Certifications-Commercial Products and Commercial Services and 52.204-20 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (only if the offeror’s Reps & Certs are not current in SAM).

Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be made to a responsible contractor based on a combination of factors - price, technical capability, and quoter’s past performance.

**the responsible quoter, who’s quote conforms to the solicitation and is determined to be the most advantageous to the Government, when price and other factors are considered.**

Price: Quoters shall submit a price for each item listed in Attachment 4 (Underwater Hull Pricing Sheet). In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).

Technical: Quoters will be rated Acceptable if they adequately show their ability to meet the performance requirements identified in the PWS and take no exceptions to the PWS.  Quoters will be rated Unacceptable if they do not adequately show their ability to meet the performance requirements identified in the PWS or take exceptions to the PWS.

Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible.  Such sources include but are not limited to the following:  System for Award Management (SAM), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS).  The Government intends to evaluate quotations and award a contract based upon initial quotations received.  Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint.  However, the Government reserves the right to request revised quotations from or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary.  However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15.  The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received.  It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote.  Potential Quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.

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, Solicitation No. N0060425Q4054, 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.

The following FAR provision and clauses are applicable to this procurement: 

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan-17)

52.204-7          System for Award Management (Oct 2018)

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards (Jun-20)

52.204-13        System for Award Management Maintenance (Oct-18)

52.204-16        Commercial and Government Entity Code Reporting (Aug-20)

52.204-18        Commercial and Government Entity Code Maintenance (Aug-20)

52.204-21        Basic Safeguarding of Covered Contractor Information Systems (Nov-21)

52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov-21)

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)

52.204-25        Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)

52.204-26        Covered Telecommunications Equipment or Services--Representation (Oct-20)

52.204-7          System for Award Management (Oct-18)

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations (Nov-15)

52.209-6          Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment           (Nov-21)

52.212-1          Instructions to Offerors—Commercial Products and Commercial Services (Nov-21)

52.212-3          Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (Oct-14)

52.212-4          Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022)

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services Alternate II (DEVIATION 2025-O0003)

52.219-28        Post-Award Small Business Program Representation (Oct-22)

52.219-6          Notice of Total Small Business Set-Aside          (Nov-20)

52.222-3          Convict Labor (Jun-03)

52.222-36        Equal Opportunity for Workers with Disabilities (Jun-20)

52.222-41        Service Contract Labor Standards (Aug 2018)

52.222-42        Statement of Equivalent Rates for Federal Hires (May 2014)

52.222-44        Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014)

52.222-50        Combating Trafficking in Persons (Nov-21)

52.223-6          Drug-Free Workplace (May-01)

52.225-13        Restrictions on Certain Foreign Purchases (Feb-21)

52.226-8          Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)

52.232-33        Payment by Electronic Funds Transfer - System for Award Management (Oct 2018)

52.232-39        Unenforceability of Unauthorized Obligations (Jun-13)

52.232-40        Providing Accelerated Payments to Small Business Subcontractors (Nov-21)

52.233-3          Protest after Award (Aug-96)

52.233-4          Applicable Law for Breach of Contract Claim (Oct-04)

52.245-9          Use and Charges (Apr-12)

52.252-5          Authorized Deviations in Provisions (Nov-20)

52.252-6          Authorized Deviations in Clauses (Nov-20)

All clauses shall be incorporated by reference in the resulting contract award.  Additional contract terms and conditions applicable to this procurement are: 

252.203-7000   Requirements Relating to Compensation of Former DoD Officials (Sep-11)

252.203-7002   Requirement to Inform Employees of Whistleblower Rights (Dec-22)

252.203-7005   Representation Relating to Compensation of Former DoD Officials (Sep-22)

252.204-7003   Control of Government Personnel Work Product (Apr-92)

252.204-7009   Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan-23)

252.204-7015   Notice of Authorized Disclosure of Information for Litigation Support (Jan-23)

252.204-7016   Covered Defense Telecommunications Equipment or Services—Representation (Dec-19)

252.204-7017   Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May-21)

252.204-7018   Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan-23)

252.204-7019   Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 22)

252.223-7008   Prohibition of Hexavalent Chromium (Jan 23)

252.225-7001   Buy American and Balance of Payments Program Basic (Jan23)

252.225-7012   Preference for Certain Domestic Commodities (Apr-22)

252.225-7048   Export-Controlled Items (Jun-13)

252.225-7055   Representation Regarding Business Operations with the Maduro Regime (May-22)

252.225-7056   Prohibition Regarding Business Operations with the Maduro Regime (Jan-23)

252.225-7060  Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Regions (Jun 23)

252.225-7972   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (May-20)

252.225-7973   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (DEVIATION 2020-O0015) (May-20)

252.232-7003   Electronic Submission of Payment Requests and Receiving Reports (Dec-18)

252.232-7006   Wide Area WorkFlow Payment Instructions (Jan-23)

252.232-7010   Levies on Contract Payments (Dec-06)

252.237-7010   Prohibition on Interrogation of Detainees by Contractor Personnel (Jan-23)

252.244-7000   Subcontracts for Commercial Items (Jan-23)

252.246-7003   Notification of Potential Safety Issues (Jan-23)

252.246-7008   Sources of Electronic Parts (Jan-23)

252.247-7023   Transportation of Supplies by Sea—Basic (Jan-23)            

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of provision)

52.252-2 Clauses Incorporated By Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of clause)             

52.252-5 Authorized Deviations in Provisions (Nov 2020)

      (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

      (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

52.252-6 Authorized Deviations in Clauses (Nov 2020)

      (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

      (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

******* End of Combined Synopsis/Solicitation ********

Bid Protests Not Available

Similar Past Bids

Jacksonville Florida 03 Sep 2021 at 9 PM
Bremerton Washington 06 Dec 2016 at 6 PM
Bremerton Washington 14 Sep 2016 at 2 PM
J b p h h Hawaii 18 Apr 2023 at 1 PM

Similar Opportunities