Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

Z -- Cleaning Services - Statement of Work - Package #2

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904019Q0363
 
Point of Contact
Brittney Meurrens, Phone: 2079940506, Alexandra Regazzini, Phone: 2074386224
 
E-Mail Address
brittney.meurrens@navy.mil, alexandra.regazzini@navy.mil
(brittney.meurrens@navy.mil, alexandra.regazzini@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The solicitation number for this procurement is N3904019Q0363 and is a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-05, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190820. 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: http://farsite.hill.af.mil/vmfara.htm http://www.acq.osd.mil/dpap/dars/change_notices.html. The North American Industry Classification System (NAICS) code is 562998 and the small Business Size Standard is $7.5 million. This requirement will be a Total Small Business Set Aside. This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: brittney.meurrens@navy.mil The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEM Unit DESCRIPTION CLIN 0001 1 Job Cleaning, remediation and repurposing of hazardous waste storage areas in accordance with the attached Statement of Work. Please also note payment terms and the primary point of contact in the quotation. 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 FAR provision and clauses are applicable to this procurement: C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Oct 2018) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-H004 Management And Disposal Of Hazardous Waste D-223-W001 Explosive Or Hazardous Materials--Packaging & Labeling (Navsea) (Oct 2018) D-247-H002 Packaging Of Supplies-Basic (Navsea) (Oct 2018) D-247-H004 Marking And Packing List-Basic (NAVSEA) (Oct 2018) D-247-W001 Prohibited Packing Materials (NAVSEA) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (NAVSEA) (Oct 2018) F-247-N002 Instruction For Deliveries To The Portsmouth Naval Shipyard (NAVSEA) (Mar 2019) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (NAVSEA) (Jun 2018) G-232-H004 Government Purchase Card Method Of Pay (Navsea) (Oct 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) (Jan 2019) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (NAVSEA) (Oct 2018) H-223-N001 Information On Exposure To Hazardous Material 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 Defense Priority And Allocation Requirements 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Item 52.212-3 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 52.219-1 Alt Small Business Program Representations 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 Equal Opportunity for Workers with Disabilities 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.236-13 Accident Prevention--Alternate I 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.247-34 F.O.B. Destination 52.250-1 Indemnification under Public Law 85-804 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 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 252.204-7006 Billing Instructions 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7001 Hazard Warning Labels 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7031 Secondary Arab Boycott of Israel. 252.225-7048 Export-Controlled Items 252.231-7000 Supplemental Cost Principles. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items may be cause for rejection of the quote for all line items. This announcement will close at 3:00 PM EST on Friday, 13 September 2019. Contact Brittney Meurrens at 207-994-0506 or email Brittney.meurrens@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa56e934d2628048faf8954fd3e1949d)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03801, United States
Zip Code: 03801
 
Record
SN05438989-W 20190912/190910231328-aa56e934d2628048faf8954fd3e1949d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.