Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
SOLICITATION NOTICE

54 -- Hazardous Prefabricated Storage Buildings

Notice Date
3/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339418TBLDG
 
Archive Date
5/1/2018
 
Point of Contact
Margaret N. Best, Phone: 575-678-4322, Cesar Suarez, Phone: 5756784304
 
E-Mail Address
margaret.best@navy.mil, cesar.suarez@navy.mil
(margaret.best@navy.mil, cesar.suarez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: N63394-18-T-BLDG Posted Date: 03/27/2018 Original Response Date: 04/16/2018 Last Date for Questions: 04/16/2018 Product or Service Code: 5410 Set Aside: Total Small Business Set Aside NAICS Code: 332311 Contracting Office Address White Sands Contracting Office Bldg 456 Aberdeen Road White Sands, New Mexico 88002 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311, with a small business size standard of 750 employees. This requirement is a Total Small Business Set-Aside. The Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for Hazardous Prefabricated Storage buildings to support the Test Ship Remote Control Contract. The following supplies are requested: Description for Hazardous Storage Buildings 1.Hazardous material storage building with inside dimensions of 72" W X 71" D X 102" H; 2 hour fire rating; Exterior Color: White; Door width of 56"; Standard venting with explosion relief; Spill containment sump; No fire suppression system; No electrical. Qty: 4 2. Hazardous material storage building with inside dimensions of 72" W X 71" D X 102" H; 2 hour fire rating; Exterior Color: Yellow; Door width of 56"; Standard venting with explosion relief; Spill containment sump able to withstand spills of oxidizers; No fire suppression system; No electrical. Qty: 1 3. Hazardous material storage building with inside dimensions of 72" W X 71" D X 102" H; 2 hour fire rating; Exterior Color: Blue; Door width of 56"; Standard venting with explosion relief; Spill containment sump able to withstand spills of corrosives; No fire suppression system; No electrical. Qty: 1 4.Hazardous material storage building with inside dimensions of 124" W X 96" D X 102" H; 2 hour fire rating; Capable of containing flammable materials; Exterior Color: White; Door width of minimum of 108", two doors with at least one active leaf; Standard venting with explosion relief; Spill containment sump; No fire suppression system; No electrical. Qty: 2 ***************************************************************************** Delivery terms are FOB destination. The contractor shall delivery all line items to NSWC PHD, 4363 Missile Way, Port Hueneme, CA 93043-4711. Award shall be made to the offeror whose quotation is the lowest price technically acceptable (LPTA). For a quotation to be considered technically p lease provide a brief capability statement with your quote that addresses your ability to build the required supplies referenced in this solicitation and two examples of previous work similar to this requirement that have been performed in the last five years. Bid must be good for a minimum of 60 calendar days after close of Solicitation period. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please advise the estimated shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is this item(s) on a GSA Contract Schedule? If so, please advise the GSA Contract number and its expiration date. 7. Is your company OEM or PROPRIETARY for these products? 8. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 9. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: •· FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. •· FAR 52.204-7 System for Award Management. •· FAR 52.204-16 Commercial and Government Entity Code Reporting. •· FAR 52.207-2 Notice of Streamlined Competition. •· FAR 52.209-5 Certification Regarding Responsibility Matters. •· FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law. •· FAR 52.209-5 Certifications Regarding Responsibility Matters. •· FAR 52.209-7 Information Regarding Responsibility Matters. •· FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. •· FAR 52.212-1 Instructions to Offerors-Commercial Items. •· FAR 52.212-2 Evaluation-Commercial Items. Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Technical Capability. Please provide a brief capability statement with your quote that addresses your ability to build the required supplies in this solicitation and two examples of previous work similar to this requirement that have been performed in the last five years. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) •· FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. •· DFARS 252.204-7004 Alternate A, System for Award Management. •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. •· DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: •· FAR 52.202-1 Definitons. •· Far 52.203-3 Gratuities. •· FAR 52.203-6 Restrictions on Subcontractor Sales to the Government-Alternate I. •· FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. •· FAR 52.204-13 System for Award Management Maintenance. •· FAR 52.204-18 Commercial and Government Entity Code Maintenance. •· FAR 52.204-19 Incorporation by Reference of Representations and Certification. •· FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. •· FAR 52.212-4 Contract Terms and Conditions-Commercial Items. •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. •· FAR 52.219-28 Post-Award Small Business Program Representation. •· FAR 52.222-3 Convict Labor. •· FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. •· FAR 52.222-21 Prohibition of Segregated Facilities. •· FAR 52.222-26 Equal Opportunity. •· FAR 52.222-36 Equal Opportunity for Workers with Disabilities. •· FAR 52.222-50 Combating Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.225-13 Restrictions on Certain Foreign Purchases. •· FAR 52.232-8 Discounts for Prompt Payment. •· FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. •· FAR 52.232-39 Uneforceability of Unauthorized Obligations. •· FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •· FAR 52.233-1 Disputes. •· FAR 52.233-3 Protest After Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. •· FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. •· FAR 52.243-1 Changes-Fixed Price. •· FAR 52.246-2 Inspections of Supplies Fixed-Price. •· FAR 52.247-34 F.o.b. Destination. •· FAR 52.252-2 Clauses Incorporated by Reference. •· FAR 52.252-6 Authorized Deviations in Clauses. •· DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. •· DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. •· DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. •· DFARS 252.204-7003 Control of Government Personnel Work Product. •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber 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 252.223-7008 Prohibition of Hexavalent Chromium. •· DFARS 252.225-7001 Buy American and Balance of Payments Program. •· DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. •· DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals. •· DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. •· DFARS 252.232-7006 Wide Area Workflow Payment Instructions. •· DFARS 252.232-7010 Levies on Contract Payments. •· DFARS 252.243-7001 Pricing of Contract Modifications. •· DFARS 252.244-7000 Subcontracts for Commercial Items. •· DFARS 252.246-7000 Material Inspection and Receiving Report. •· DFARS 252.246-7007 Sources of Electronic Parts. •· DFARS 252.247-7023 Transportation by Supplies by Sea. •· HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: •· FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. •· FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. •· FAR 52.219-28 Post-Award Small Business Program Representation. •· FAR 52.222-3 Convict Labor. •· FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. •· FAR 52.222-21 Prohibition of Segregated Facilities. •· FAR 52.222-26 Equal Opportunity. •· FAR 52.222-35 Equal Opportunity for Veterans. •· FAR 52.222-36 Equal Opportunity for Workers with Disabilities. •· FAR 52.222-37 Employment Reports on Veterans. •· FAR 52.222-50 Combating Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.225-13 Restrictions on Certain Foreign Purchases. •· FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. •· FAR 52.233-3 Protest After Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below: Margaret Best margaret.best@navy.mil or Cesar Suarez @ cesar.suarez@navy.mil It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of Monday April 16, 2018 at 08:00 AM Mountain STANDARD TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418TBLDG/listing.html)
 
Place of Performance
Address: Port Hueneme, CA 93043, Port Hueneme, California, 93043, United States
Zip Code: 93043
 
Record
SN04868145-W 20180329/180327231426-48764631944b3e0d23b8d5ee90d8f7da (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.