SOLICITATION NOTICE
54 -- Fabrication of Pressure Tank with Control System - Statement of Work
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4081 N. Jackson Rd. Bldg 841, Indian Head, Maryland, 20640-5116, United States
- ZIP Code
- 20640-5116
- Solicitation Number
- N00174-18-R-0115
- Point of Contact
- Majesta J Hartley, Phone: 3017446789, Jennifer Barnidge, Phone: 3017446638
- E-Mail Address
-
majesta.j.hartley@navy.mil, jennifer.barnidge@navy.mil
(majesta.j.hartley@navy.mil, jennifer.barnidge@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment A, 18-R-0115_Pressure Tank SOW Fabrication of Pressure Tank with Control System FFP N00174-18-R-0115 This is a combined synopsis solicitation for commercial supply products prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This synopsis is being set aside for small businesses. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are ineligible for award unless registered in DOD's System for Award Management (SAM at http://www.sam.gov) with completed and up to date representations and certifications for NAICS code 332420, size standard 750 employees. The solicitation document, incorporated provisions and clauses are those in effect with the most current Federal Acquisition Circular. The Offeror shall provide a firm fixed price offer for the Fabrication of Pressure Tank with Control System * Please see Attachment A, 18-R-0115_Pressure Tank SOW. The Offeror shall provide a firm fixed price for shipping the above items to the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) 2008 Stump Neck Rd. Bldg. 2195 Indian Head, MD 20640. Delivery is required to be 6 months after contract award. The offeror shall provide a not to exceed price for one (1) trip to the NSWCIHEODTD to set up and assemble the pressure tank and for a firm fixed price training for up to five (5) users to safely operate the system. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFQ is the lowest price technically acceptable offer. Offeror must meet salient characteristics to be determined technically acceptable. The Government reserves the right to consider past performance information available from sources including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government will evaluate the proposal's technical acceptability according to the following factors: • Technical approach • Delivery time • Past Performance • Price Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of, installation and training. 2.) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3.) All FAR certifications and representations must also accompany the quote unless available via the System for Award Management (SAM). Any questions must be submitted 5 days after issuance of this solicitation. No questions will be accepted after that time. Offers must be received no later than 12:00 p.m. EST on 26-September-2018. Submit offers to Majesta Hartley, 023, Naval Sea Systems Command, Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Contracts Department, 4072 North Jackson Road Suite 108, Code 023 Indian Head, MD 20640-5115. Electronic mail address: majesta.j.hartley@navy.mil. Offerors are reminded that ALL proposal information must be received not later than the date and time specified in this paragraph. Any information received after that date/or time will be deemed late and will not be considered for award. UNLESS AVAILABLE VIA System for Award Management THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.219-1 Alt 1 Small Business Program Representations, FAR 52.212-3 Alt 1, Offeror Representation and Certifications - Commercial Items, FAR 52.222-22, Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, with reference to 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219-8, 52.219-9 Alt II, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.225-1, 52.225-13, 52.223-18, 52.225-5 and 52.232-33. Addendum to 52.212-4 includes DFARS 252.211-7003 Item Identification and Valuation and DFARS 252.247-7023. Additionally, the following clauses are applicable to this combined synopsis solicitation as follows: • 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014). • 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) • 52.222-50, Combatting Trafficking in Persons (Mar 2015). • 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). • 52.233-3, Protest After Award (Aug 1996). • 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011). • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013). • 252.204-7003, Control of Government Work Product (Apr 1992). • -252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). • 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016). • 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016). • 252.204-7015, Notice of Authorized Disclosure of Information by Litigation Support (May 2016). • 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018). • 252.225-7048, Export Controlled Items (Jun 2013). • 252.232-7010, Levies on Contract Payments (Dec 2006). • 52.246-14, Inspection of Transportation (Apr 1984)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-18-R-0115/listing.html)
- Place of Performance
- Address: NSWCIHEODTD, 2008 Stump Neck Rd Bldg 2195, Indian Head, Maryland, 20640, United States
- Zip Code: 20640
- Zip Code: 20640
- Record
- SN05083539-W 20180913/180911231145-36745a9cac4aeb6b592bdde63fdde8e2 (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 |