Amendment 002: Portable Accommodation Modules (PAMs)

expired opportunity(Expired)
From: Federal Government(Federal)
N66604-23-Q-0079

Basic Details

started - 17 Nov, 2022 (17 months ago)

Start Date

17 Nov, 2022 (17 months ago)
due - 02 Dec, 2022 (16 months ago)

Due Date

02 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N66604-23-Q-0079

Identifier

N66604-23-Q-0079
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE NAVY (156707)NAVSEA (28066)NAVSEA WARFARE CENTER (18911)NUWC DIV NEWPORT (1882)

Attachments (2)

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.

Amendment 002:The purpose of Amendment 002 is to update the combined synopsis/solicitation as follows:N66604-23-Q-0079 Combined Synopsis/SolicitationThis is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-23-Q-0079.The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (ID/IQ) contract to H.B. Rentals, L.C. (CAGE: 4JYX2), 5813 Highway 90 E., Broussard, Louisiana, 70518, on a sole source basis for Portable Accommodation Modules (PAMs) as specified in the attached 'CLIN structure' document (Attachment
1).The NUWCDIVNPT has a requirement to procure American Bureau of Shipping (ABS) and United States Coast Guard (USCG) certified PAMs, in accordance with ABS Guide for Portable Accommodation Modules, dated 2022 and USCG Policy Letter No. 01-16, dated April 29, 2016. The PAMs being procured are part of a current Expeditionary Surveillance Towed Array Sensor System (SURTASS-E) production baseline that was previously developed for the Navy via Johns Hopkins University Applied Physics Lab (JHUAPL). Only HB Rentals, as the original equipment manufacturer (OEM), is able to readily provide ABS and USCG certified PAMs hardware configured to SURTASS-E specifications. Therefore, this requirement will be awarded to HB Rentals on a sole source basis. This requirement is solicited on an unrestricted basis as concurred with by NUWCDIVNPT’s Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 332439; the Small Business Size Standard is 500 employees.Shipping is F.O.B Destination.Pricing Table:The Offeror shall insert FFP “Unit Prices” for Year 1 listed in each Pricing Table as specified in the attached 'Pricing Tables' document (Attachment 2) as part of its price submission. This Price List will be used to place orders at the delivery order level.  Each ordering period consists of one year. Year 1 ordering period will be date of award through 12 months thereafter. The ordering period for each subsequent year will be established at contract award and will reflect 12 months after the end date of the previous year’s ordering period.  The individual unit pricing for Years 2-4 under each CLIN will be established at the delivery order level. The Government will issue a request for quote for the required supplies when needs are identified and the Offeror will provide a quote.  The offeror’s quote will be evaluated for price reasonableness at the delivery order level.The contractor shall submit a delivery schedule and its best lead time for delivery in its quote.This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.The below provisions and clauses apply to this solicitation:FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment;FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law;FAR 52.212-1, Instructions to Offerors--Commercial Items;FAR 52.212-2, Evaluation - Commercial Items;FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items;FAR 52.212-4, Contract Terms and Conditions--Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders-Commercial Items;FAR 52.216-19, Order Limitations;FAR 52.216-22, Indefinite Quantity;FAR 52.216-24, Limitation of Government Liability;FAR 52.246-2, Inspection of Supplies—Fixed Price;FAR 52.246-16, Responsibility for Supplies;FAR 52.249-8, Default (Fixed-Price Supply & Service);DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor ReportedCyber Incident Information;DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; andDFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements.In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically athttps://acquisition.gov/far/.Payment will be made via Wide Area Workflow (WAWF).This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.Questions and offers must be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil. The quote must be received on or before day, December 02th, 2022 at 02:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil.As a result of the above, the closing date and time of this solicitation has been updated to Dec. 02, 2022 at 02:00 PM EST.All other terms and conditions remain unchanged. ________________________________________________________________________________________Amendment 001:The purpose of Amendment 001 is to correct the shipping terms and answer a question from industry, as follows:The shipping terms have been changed from F.O.B. Destination to F.O.B. Origin, and the quoted pricing should not include any shipping cost.Question from Industry:Q: I reviewed the attachment provided and it appears to be a project we are interested in pursuing, we would just like some additional information about the buildings if possible. More information would include any equipment in the building, extent of electrical/plumbing/HVAC requirements, doors/windows/lights etc.A: Per the solicitation, "This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement".All others terms and conditions remain unchanged. _________________________________________________________________________________________________This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-23-Q-0079.The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order to H.B. Rentals, L.C. (CAGE: 4JYX2), 5813 Highway 90 E., Broussard, Louisiana, 70518, on a sole source basis for Portable Accommodation Modules (PAMs) as specified in the attached 'CLIN structure' document (Attachment 1).The NUWCDIVNPT has a requirement to procure American Bureau of Shipping (ABS) and United States Coast Guard (USCG) certified PAMs, in accordance with ABS Guide for Portable Accommodation Modules, dated 2022 and USCG Policy Letter No. 01-16, dated April 29, 2016. The PAMs being procured are part of a current Expeditionary Surveillance Towed Array Sensor System (SURTASS-E) production baseline that was previously developed for the Navy via Johns Hopkins University Applied Physics Lab (JHUAPL). Only HB Rentals, as the original equipment manufacturer (OEM), is able to readily provide ABS and USCG certified PAMs hardware configured to SURTASS-E specifications. Therefore, this requirement will be awarded to HB Rentals on a sole source basis. This requirement is solicited on an unrestricted basis as concurred with by NUWCDIVNPT’s Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 332439; the Small Business Size Standard is 500 employees.Shipping is F.O.B Origin.The contractor shall submit a delivery schedule and its best lead time for delivery in its quote.This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.The below provisions and clauses apply to this solicitation:FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment;FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law;FAR 52.212-1, Instructions to Offerors--Commercial Items;FAR 52.212-2, Evaluation - Commercial Items;FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items;FAR 52.212-4, Contract Terms and Conditions--Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders-Commercial Items;DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor ReportedCyber Incident Information;DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting;DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements; andDFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically athttps://acquisition.gov/far/.Payment will be made via Wide Area Workflow (WAWF).This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.The offer shall include price, shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.Questions and offers must be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil. The quote must be received on or before day, November 15th, 2023 at 02:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Brittni Harvey at brittni.a.harvey.civ@us.navy.mil.

1176 HOWELL ST  NEWPORT , RI 02841-1703  USALocation

Place Of Performance : 1176 HOWELL ST NEWPORT , RI 02841-1703 USA

Country : United StatesState : Rhode Island

You may also like

Portable Toliet Rental

Due: 13 Nov, 2024 (in 6 months)Agency: ORI

Classification

naicsCode 332439Other Metal Container Manufacturing
pscCode 8145Specialized Shipping and Storage Containers