SOLICITATION NOTICE
F -- Port Operations CHT Tank Cleaning IDIQ
- Notice Date
- 2/7/2020 4:35:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A20R1075
- Response Due
- 2/20/2020 1:00:00 PM
- Archive Date
- 03/06/2020
- Point of Contact
- Brian Fergus, Phone: 360-476-4071, Gary Binder
- E-Mail Address
-
brian.fergus@navy.mil, gary.binder@navy.mil
(brian.fergus@navy.mil, gary.binder@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N4523A20R1075 and it is being issued as a Request for Quotation (RFQ) for a firm fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract for a commercial service. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 15 Jan 2020. This acquisition has been set aside for small business. �The North American Industry Classification System (NAICS) code selected for this requirement is 562991 Septic Tank and Related Services, with a Small Business Size Standard of 500 employees.� The Product Service code for this acquisition is F108 � Environmental Systems Protection � Environmental Remediation. The line item numbers consists of: CLIN 0001; Contractor will provide labor, material, and equipment to clean, empty, wash-down, remove grease, and certify gas free collection, holding, and transfer tank(s) (CHT) along with associated piping.� Please see Attachment J-2 for pricing based on specific vessel and the vessel's location.� The unit of measure is �job�. CLIN 0002; Contractor Manpower Reporting on labor hours used in the performance of CLIN 0001 in accordance with the SOW. For price estimating purposes, reporting takes approximately 1-2 hours of time for one employee to complete and is generally calculated using as accepted hourly wage for an administrative assistant or similar position.� Refer to Attachment J-5 (CMRA Quick Guide) for more information.� This report is performed once per year.� Annual pricing is found on Attachment J-2.� The unit of measure is �job�. The Puget Sound Naval Shipyard and Maintenance Facility (PSNS & IMF), in support of COMPACFLT Barge / Messing Program, requires periodic cleaning of the collection, holding, and transfer tank(s) (CHT) on its fleet of nine (9) Berthing and Messing Barges.� The barges may be located at any of four locations (PSNS&IMF, TRF Bangor, NS Everett, and Vigor Seattle). The resulting contract will be a five-year indefinite delivery, indefinite quantity (IDIQ) contract with a Period of Performance of 2 March 2020 to 28 February 2025.� ** NOTE: The first task order will consist of YRBM-50 located at Pier 3 at PSNS & IMF.� The task order�s Period of Performance (POP) is anticipated to be 18 Mar 2020 to 26 Mar 2020. ** Offerors must be registered in the System for Award Management (SAM) database prior to award of a DOD Contract.� A contract cannot be awarded to a contractor not registered in SAM.� Remember to review your NAICS codes listed in your SAM record to makes sure you have listed the NAICS code for this procurement.� Registration is free and can be completed online at http://www.sam.gov/ THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION.� THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES:� FAR - https://acquisition.gov/far/index.html�and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-1����� INSTRUCTIONS TO OFFERORS--COMMERCIAL�ITEMS (OCT 2018)� � � � � � � � � � � � � � �[See Attachment J-7]� � Addendum to�FAR 52.212-1 � � � �Instructions to Offerors, applies to this offer. � � � � � � � � � � � � � � � � � � � � � ��[See Attachment J-7] 52.212-2����Evaluation�Commercial Items �(OCT 2014)������[See Attachment J-7] 52.212-3���� ���������� OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL ITEMS (DEC 2019) ALTERNATE I (OCT 2014)� � � � � � � �[See Attachment J-7]� � � � � �� 52.212-5 �������������� Contract Terms and Conditions Required to Implement Statutes or�Executive Orders-Commercial Items. � � � ��[See Attachment J-7]� � 52.216-18����� ������ Ordering. (OCT 1995)����������[See Attachment J-7] 52.216-19����� ������ Order Limitations� (OCT 1995)�������[See Attachment J-7] 52.216-22���� ������� Indefinite Quantity.� (OCT 1995)� � �[See Attachment J-7] 252.232-7006 ����� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)����������[See Attachment J-7] 5237.102-90 ������� Enterprise-wide Contractor Manpower Reporting Application ���������������� [See Attachment J-7]� � �(ECMRA) CLAUSES INCORPORATED BY REFERENCE: 52.204-7� System for Award Management� OCT 2018 52.204-13� System for Award Management Maintenance OCT 2018 52.204-16� Commercial and Government Entity Code Reporting� JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-21� Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. DEC 2019 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2019 52.209-7 Information Regarding Responsibility Matters OCT 2018 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.217-2 Cancellation Under Multiyear Contracts OCT 1997 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.215-7008 Only One Offer JUL 2019 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2011 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 ALL INQUIRIES and QUOTATION SUBMISSION shall be made via email and directed to Brian Fergus, Contract Specialist, and Gary Binder, Contracting Officer, at brian.fergus@navy.mil and gary.binder@navy.mil. �Offerors should note that the quotation due date will not be extended solely on the basis of questions received. All responsible sources may submit a quotation which shall be considered by the agency. �Quotations must be submitted via email to brian.fergus@navy.mil and gary.binder@navy.mil by 1:00 p.m. Pacific Standard Time (PST) on 20 February 2020. �Any award resulting from this RFQ will be made based on the lowest evaluated priced offer that meets the statement of work requirements. � All questions concerning this solicitation shall be addressed to brian.fergus@navy.mil and gary.binder@navy.mil.� All requests/inquiries must be emailed and received by 14 February 2020 by 12:00 Noon PST.� Responses will be posted to beta.SAM.gov. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. �Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b88b8919c87d4c5b9b25631df32c5839/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN05554426-F 20200209/200210120627 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |