72--USS PORT ROYAL (CG 73) Ship Store Modernization

expired opportunity(Expired)
From: Federal Government(Federal)
N0060419Q4068

Basic Details

started - 02 Aug, 2019 (about 4 years ago)

Start Date

02 Aug, 2019 (about 4 years ago)
due - 08 Aug, 2019 (about 4 years ago)

Due Date

08 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0060419Q4068

Identifier

N0060419Q4068
Department of the Navy

Customer / Agency

Department of the Navy
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 FAR Part 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 FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060419Q4068. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-03 and DFARS Publication Notice 20190628. 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:
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. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision.NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing all materials, shipping, and labor required for the habitability project to upgrade the: USS PORT ROYAL (CG 73) Ship Store Modernization in accordance with the Statement of Work included herein: CLIN DESCRIPTIION QTY U/I TOTAL PRICE01 SHIP STORE MODERNIZATION 1 Group $ Period of performance: Start date shall be coordinated with the Technical Point of Contact and shall be completed NLT 30-SEP-2019.Place of Performance: USS PORT ROYAL (CG 73), Joint Base Pearl Harbor Hickam, HIResponsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This requirement will result in a Firm-Fixed Price (FFP) purchase order.The method of payment will be Government-wide Commercial Purchase Card (GCPC).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/. Attachments:1. Statement of Work (SOW)2. Floor Plan USS PORT ROYAL3. FAR ProvisionS FAR 52.212-3 and Alt I **Failure to include this attachment with your quote, may result in your offer being deemed unresponsive.**: NOTE: FAR 52.212-3 and Alt I Offeror Representations and Certifications (NOV 2017). If your annual representations and 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: Question shall be submitted electronically to mark.lowe1@navy.mil.Oral queries will not be accepted. Emails sent to this addresses shall clearly reference the RFQ # N0060419Q4068 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 01:00 PM (Hawaii Standard Time) on 06-AUG-2019. 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. Quotes: This announcement will close at 10:00 AM (Hawaii Standard Time) on 08-AUG-2019. Contact Mark Lowe who can be reached at 808-473-7545 or email mark.lowe1@navy.mil.Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, CAGE code and payment terms. Quoters are advised that delays can be experienced with the Government’s 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. Quotes will not be accepted by facsimile. Oral quotes will not be accepted.Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. It is emphasized that this is combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the quoters interested in competing for this requirement. The procedures of FAR Part 15.3 do not apply to this source selection. While not an all-inclusive list, some examples of FAR 15.3 requirements that do not apply are the late is late rule, competitive range determinations, the FAR Part 15.3 rules for discussions, formal evaluations plans, and formal evaluation documentation.Note also that any references in the solicitation to offer/offeror shall be deemed to mean quotation/quoter.Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. Price: Quoters shall submit a price for each CLIN and include a breakdown of their quote showing the price per supply, labor, and shipping. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).Technical: The Quoter’s technical acceptability will be evaluated against the requirements in the PWS. The Quoter’s quote must confirm that all services will be provided as requested and that the Quoter does not take any exceptions to the PWS requirements in their entirety. Technical Acceptability will be rated on an “acceptable” or “unacceptable” basis using the ratings in the table below.Technical Acceptable/Unacceptable RatingsAdjectival Rating DescriptionAcceptable Offer clearly meets the minimum technical requirements of the solicitationUnacceptable Offer does not clearly meet the minimum technical requirements of the solicitationResponsibility 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), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS).Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter’s initial quotation should contain the Quoter’s 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 Quoter’s 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.The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 System for Award Management52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.212-1 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 Items52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-36 Payment by Third Party52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-1 Disputes52.233-3 Protest After Award52.237-1 Site Visit252.203-7000 Requirements Relating To Compensation of Former DoD Officials252.203-7005 Representation Relating To Compensation of Former DoD Officials252.204-7008 Compliance with Safeguarding Covered Defense Information Controls252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.211-7003 Item Unique Identification and Valuation252.223-7008 Prohibition of Hexavalent Chromium252.225-7001 Buy American and Balance of Payments Program--Basic252-232-7003 Electronic Submission of Payment Requests and Receiving Reports252-232-7006 Wide Area WorkFlow Payment Instructions252-232-7010 Levies on Contract Payments252.244-7000 Subcontracts for Commercial Items252-247-7023 Transportation of Supplies by SeaApplicable FAR Provisions and Clauses by Full Text:FAR 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/far/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision)FAR 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/far/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause)******* End of Combined Synopsis/Solicitation ******** Contact Information: Mark Lowe 808-473-7545 Office Address :N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI Location: NAVSUP Fleet Logistics Center Pearl Set Aside: Total Small Business

NAVSUP Fleet Logistics Center PearlLocation

Address: NAVSUP Fleet Logistics Center Pearl

Country : United StatesState : Hawaii

You may also like

USS SHIP MDVR

Due: 28 Mar, 2024 (Today)Agency: DEPT OF DEFENSE

The USS Midway Museum

Due: 06 Jun, 2024 (in 2 months)Agency: Utah division of arts and museums

USS LEWIS PULLER ESB-3

Due: 30 Apr, 2024 (in 1 month)Agency: DEPT OF DEFENSE

Classification

NAISC: 337127 GSA CLASS CODE: 72