7195 - Habitability Update- USS PORT ROYAL (CG 73)

expired opportunity(Expired)
From: Federal Government(Federal)
N0060421Q4038

Basic Details

started - 06 May, 2021 (about 2 years ago)

Start Date

06 May, 2021 (about 2 years ago)
due - 14 May, 2021 (about 2 years ago)

Due Date

14 May, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
N0060421Q4038

Identifier

N0060421Q4038
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE NAVY (156405)NAVSUP (78807)NAVSUP GLOBAL LOGISTICS SUPPORT (14291)NAVSUP FLC PEARL HARBOR (519)NAVSUP FLT LOG CTR PEARL HARBOR (519)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 the test program for commercial items 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 N0060421Q4038. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Publication Notice 20210224. 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:
href="https://www.acquisition.gov/far/" target="_blank">https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 337127 and the Small Business Standard is 500 employees. The proposed contract 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 responses from qualified sources capable of providing: CLIN- 0001 DESCRIPTION- Habitability Upgrade- USS PORT ROYAL (CG73) Shipboard Habitability IAW Section 3 of the Statement Of Work QTY- One (1) UNIT OF ISSUE- Group Delivery and Completion of all tasks is no later than 15-July-2021. Delivery location is USS PORT ROYAL (CG73), JBPHH, HI 96860 The following attachments are applicable: This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Government Purchase card. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following Attachments are applicable to this solicitation: Attachment_01_ Statement_Of_Work Attachment_02_Price Matrix Attachment_03_FAR_52.204-24 (Complete the highlighted section in paragraph (d).) Attachment_04_FAR 52.212-3 and Alt I (If your annual representations are certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out N/A in paragraph (b).) Questions regarding the solicitation: Questions should be submitted electronically to kevin.g.young@navy.mil, lenin.moreira1@navy.mil, and dawit.gebreyesus@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ# N0060421Q4038 in the subject line. Other methods of submitting questions will not be acknowledge or addressed. Questions may be submitted at any day and time but no later than 10:00am (Hawaii Standard Time) on Monday 10 May 2021. Emails sent to this addresses shall clearly reference the RFQ#N0060421O4038 in the subject line. No other method of submitting questions will be acknowledged or addressed. 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. Evaluation - Award will be made to the responsible Quoter whose quote offers the best value to the Government, price and non-price factors considered. The Quoters are advised that the quotation meeting the RFQ requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price. Technical Acceptability will be evaluated against the requirements in the Statement of Work. The quote must clearly indicate the capability of the quoter to meet all specifications and requirements. Technical Acceptability will be rated on an acceptable or unacceptable basis using the ratings in the table below. Technical Acceptable/Unacceptable Ratings Adjectival Rating- Description Acceptable - Submission clearly meets the minimum technical requirements of the solicitation Unacceptable - Submission does not clearly meet the minimum technical requirements of the solicitation Quotation submittal: Quotes shall be submitted via email to kevin.g.young@navy.mil, lenin.moreira1@navy.mil, and dawit.gebreyesus@navy.mil no later than 12:00 PM HST on Friday, 14 May 2021. No other method will be accepted in response to this notice. Quoter should include attachments 2-4 with their quote. By providing a quote, Quoter acknowledges they take no exceptions to the SOW, solicitation, or any instruction contained therein. 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/. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Provisions and Clauses: The following FAR and DFARS Provisions and Clauses are applicable to this procurement: 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred , Suspended, or Proposed for Debarment JUN 2020 52.212-1 Instructions to Offerors-Commercial Items JUN 2020 52.212-3 Offeror Representations and Certifications-Commercial ltems--Alternate I FEB 2021 52.212-4 Contract Terms and Conditions-Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items JAN 2021 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-28 Post-Award Small Business Program Rerepresentation NOV 2020 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies (DEVIATION 2020-00019) JUL 2020 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-50 Combating Trafficking in Persons OCT 2020 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 52.232-36 Payment by Third Party MAY 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.252-5 Authorized Deviations in Provisions NOV 2020 52.252-6 Authorized Deviations in Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation DEC 2019 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. NOV 2020 252 .223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program--Basic DEC 2017 252.225-7012 Preference for Certain Domestic Commodities DEC 2017 252 .225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems . (DEVIATION 2020-00015) MAY 2020 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-00015) MAY 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 252 .244-7000 Subcontracts for Commercial Items JAN 2021 252 .247-7023 Transportation of Supplies by Sea--Ba sic FEB 2019 ******* End of Combined Synopsis/Solicitation ********

USS PORT ROYAL (CG 73), PEARL HARBOR, HILocation

Place Of Performance : USS PORT ROYAL (CG 73), PEARL HARBOR, HI

Country : United StatesState : HawaiiCity : Honolulu County

Classification

NAICS CodeCode 337127
Classification CodeCode 7195