SOLICITATION NOTICE
56 -- NBSD Graving Dock Keel Blocks
- Notice Date
- 4/4/2022 5:38:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327331
— Concrete Block and Brick Manufacturing
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523622R0013
- Response Due
- 4/8/2022 2:00:00 PM
- Archive Date
- 04/23/2022
- Point of Contact
- Sonsiree Lagunas, Phone: 6195569389, Paul J von Franzke, Phone: 6195564855
- E-Mail Address
-
sonsiree.lagunas@navy.mil, paul.von_franzke@navy.mil
(sonsiree.lagunas@navy.mil, paul.von_franzke@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a Combined Synopsis/Solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued. The Request for Proposal (RFP) N5523622R0013 is issued as a Service-Disabled Veteran-Owned Small Business (SD-VOSB) set-aside procurement. The subject solicitation is being processed using FAR Part 13, Simplified Acquisition Procedures. The applicable North American Industry Classification System (NAICS) code is 327331 - Concrete Block and Brick Manufacturing. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2022-05 (Effective 07 March 2022) and DFARS Publication Notice 20220318. DESCRIPTION: The requirement is for a firm-fixed-price (FFP) contract: Offeror to contact the assigned contracts specialist for a copy of NAVSEA Drawing No. 845-5500948 Rev. No. B. CLIN Description 0001 Build new fixed concrete blocks (QTY: 83 each) with dimensions:� 42� x �48� x 50� in accordance with the attached Statement of Work, as amended. 0002 Remove and dispose of existing white oak timbers (QTY: 80 each) on fixed concrete keel blocks top and bottom in accordance with the attached Statement of Work, as amended.� Note:� Six (6) timbers per keel block.� 480 timbers total. 0003 Install new white or red oak timbers on new fixed concrete blocks (QTY: 83 each) (Note:� Six (6) timbers per keel block.� 498 timbers total) and existing fixed concrete keel blocks (QTY: 80 each) Note:� Six (6) timbers per keel block.� 480 timbers total, in accordance with the attached Statement of Work, as amended.� 0004 Dispose of old existing concrete keel blocks (QTY: 50 each) with their timbers�(300 timbers) (Note:� Six (6) timbers per keel block) in accordance with the attached Statement of Work, as amended. FOB: Destination CLIN 0001: Inspection at Contractor, by Government.� Acceptance at Government, by Government CLIN 0002: Inspection at Government, by Government.� Acceptance at Government, by Government CLIN 0003: Inspection at Government or Contractor, by Government.� Acceptance at Government, by Government CLIN 0004: Inspection at Government, by Government.� Acceptance at Government, by Government Required Delivery Date: 20 May 2022 The full text FAR and DFAR references may be accessed from https://acquisition.gov A. FAR 52.212-1, Instructions to Offerors - Commercial Items. Offerors must comply with all instructions contained herein. See Attachment 1 � �INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS.� See Attachment 2 � �EVALUATION FACTORS FOR AWARD.� B. 52.212-3, Offeror Representations and Certifications � Commercial Items.�� Offerors shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov (only complete and return if there are changes to SAM Registration.� If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete.� Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. C. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items APPLICABLE PROVISIONS AND CLAUSES: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/content/home. The full text of FAR and DFAR provisions and clauses may be accessed at https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars/, respectively. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract. 52.204-7 System for Award Management (OCT 2018) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-21 Basic Safeguarding of�Covered Contractor Information Systems�(Nov 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � � � � � � � � �(OCT 2020) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and ������������� �� Federal Law (FEB 2016) 52.212-4 Contract Terms and Conditions--Commercial Items (NOV 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2021) 52.242-15 Stop-Work Order (AUG 1989) 52.242-17 Government Delay of Work (APR 1984) 52.243-1 Changes�Fixed Price (AUG 1987) 52.246-2�Inspection of Supplies-Fixed-Price (AUG 1996) 52.246-16 Responsibilities for Supplies (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) 52.247-48 F.O.B. Destination�Evidence of Shipment (FEB 1999) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control of Government Personnel 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 (DEC 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.211-7003�Item Unique Identification and Valuation (MAR 2022) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance ������������������������� ���������Evaluations (SEP 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) 252.225-7000 Alt I Buy American � Balance of Payments Program Certificate (NOV 2014) 252.225-7001 Alt I Buy American and Balance of Payments Program�Alternate I (DEC 2017) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.231-7000 Supplemental Cost Principles (DEC 1991) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7008 Assignment of Claims (Overseas) (JUN 1997) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.247-7023 Transportation of Supplies by Sea (FEB 2019) 52.212-1 Instructions to Offerors - Commercial Items ADDENDUM -- Submission Instructions. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 6 April 2022, 11:00AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center, (SWRMC) Email: citing the solicitation number in the subject line (N5523622R0013) Email Address: sonsiree.lagunas@navy.mil; paul.von_franzke@navy.mil 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (NOV 2021) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91). (3) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (Section 889 (a)(1)(A) of Pub L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-28 Post-Award Small Business Program Representation (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (OCT 2018) The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract, see Attachment 3. C-202-H001 Additional Definitions � Basic (OCT 2018) C-211-H017 Updating Specifications and Standards (DEC 2018) C-211-H018 Approval by the Government (JAN 2019) E-246-H016 Inspection and Acceptance of F.O.B. Destination Deliveries (OCT 2018) E-246-H022 Inspection and Test Records (JAN 2019) F-242-H001 Contractor Notice Regarding Late Delivery (OCT 2018) F-247-H004 Restrictions for Shipping to Military Air or Waterport Terminal (OCT 2018) G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (JUN 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (JAN 2019) G-242-H001 Government Contract Administration Points of Contact and Responsibilities (OCT 2018) G-242-H002 Hours of Operation and Holiday Schedule (JUL 2021) G-242-W001 Contract Administration Functions (OCT 2018) L-209-H009 Notification of Potential Organizational Conflicts of Interest (DEC 2018) PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. D-211-H005 Identification Marking of Parts � Alternative I (OCT 2018) D-247-H005 Marking and Packing List(s) (OCT 2018) DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government or contractor. SPECIAL CONTRACT REQUIREMENTS: Your proposal must be received via email by the primary and secondary contacts (below) no later than 8 April 2022, 2:00 PM (Pacific). Email Address: sonsiree.lagunas@navy.mil; paul.vonfranzke@navy.mil Attachments:� Attachment 1 � Instructions, Conditions and Notices to Offerors Attachment 2 � Evaluation Factors for Award Attachment 3 � NAVSEA Provisions and Clauses Attachment 4 � Performance Work Statement Attachment 5 � Navy DBIDS Force Protection List S-1 � Request for Specification Clarification Exhibits: Exhibit A: Pricing Workbook
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b3de99c6b5974d8dada56fe70397cb84/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN06288688-F 20220406/220404230056 (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 |