SOLICITATION NOTICE
81 -- Fabrication of Screw Disposal Containers, Large & Small
- Notice Date
- 2/6/2024 12:58:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904024R0006
- Response Due
- 2/16/2024 2:00:00 PM
- Archive Date
- 03/02/2024
- Point of Contact
- HILLARY KANG-PARKER, Phone: 2074386883
- E-Mail Address
-
hillary.s.kang-parker.civ@us.navy.mil
(hillary.s.kang-parker.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12, using Simplified Acquisition Procedures,�as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. The Request for Quotation (RFQ) number is N3904024R0006.�This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-05 and DFARS Change Notice 2023-1117. 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: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/dfars http://www.acq.osd.mil/dpap/dars/change_notices.html This acquisition is reserved for�100% Small Business Set-Aside. The Small Business Size Standard is 750 employees for�NAICS code 332420. **************************************************************************** This requirement consists of three (3) parts: 1) A total of two (2) complete Small Shear Block Disposal Containers are required to be built.�STEEL:� ASTM � A36 - 19. 2) A total of ten (10) complete Large Shear Block Disposal Containers are required to be built.�STEEL:� ASTM � A36 - 19. 3) A total of one (1) complete Lead Screw Disposal Container is required to be built.�STEEL:� ASTM � A36 - 19. PNSY Code 2370 requires a technical review of contractor bid prior to contract award. The contractor will comply with all specifications and provide all certifications and test reports as outlined in the attached Statements of Work, Attachments, Exhibits, Attachments to Exhibits, and Drawings. PNSY plans to inspect the containers at: 1) an approximate half-way point of construction and 2) at completion of construction. Contractor shall notify PNSY with projected work schedule. Half-way point of construction shall be determined by the contractor and PNSY after award of contract. PNSY reserves the right to inspect the containers at any time during fabrication in addition to the mid-construction visit outlined above. A minimum of two working days notice will be given to the contractor for unplanned visits by a PNSY representative. Additionally, the local DCMA office shall conduct an ""on-site"" contractor post-award to verify that the contractor maintains facilities and fully understands the contract terms, conditions and responsibilities, ensuring contract specifications and requirements are able to be met. The buyer reserves the right to attend the post-award verification along with DCMA. Contractor shall contact PNSY a minimum of two working days prior to shipment of completed containers to Portsmouth Naval Shipyard. **************************************************************************** 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (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: I. Evaluation Factors, Relative Importance, Basis for Award. Factor 1, Technical Acceptability; Factor 2, Past Performance, and Factor 3, Pricing Information. The Government intends to solicit, evaluate and award a contract resulting from this solicitation using the policies and procedures in FAR Part 12 and FAR Part 13.5. The Vendor must address the specifications in sufficient detail so that the Government can reasonably determine that the Vendor possesses the ability to successfully perform the contract. Offers that simply state they are in compliance may be considered �Unacceptable.� Submissions shall be evaluated in accordance with the factors described below. The evaluation factors represent key areas of importance to be considered in the source selection decision. The factors and associated elements have been chosen to support meaningful discrimination between and among competing proposals. As demonstrated in their submissions, Vendors shall be evaluated in terms of their ability to meet or exceed the requirements in the Statement of Work (SOW) and all Attachments/Exhibits. The Vendor�s quotation shall demonstrate a clear understanding of the nature and scope of the work specified in the Statement of Work (SOW) and all Attachments/Exhibits. Failure to provide a complete quotation shall reflect a lack of capability to perform the work requirements and may result in a determination that the Vendor�s quotation is unacceptable. Quotations received for less than the entire requirement will not be eligible for award. Vendors receiving a rating of �Unacceptable� for any non-price factor may not be considered for an award and may not be further evaluated. The Government intends to evaluate proposals and award contracts without discussions. If discussions are held, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition. *NOTE: Awards will only be made to an Offeror that has no Organizational Conflict of Interest (OCI) as defined in FAR 9.5 or that the Government determines has provided a satisfactory mitigation plan. Offerors are advised that technical proposals may be evaluated without consideration of any proposed subcontractor which is deemed to have an OCI and for which an unsatisfactory mitigation plan has been proposed. II. Evaluation Methodology. Factor 1, Technical Submission: Adjectival Rating Descriptions. The Technical Capability factor will be rated using the adjectival definitions below. The individual elements will not be rated, but the Government�s evaluation of the elements, individually or collectively, will affect whether a quotation is rated Acceptable or Unacceptable. Technical Evaluation Ratings: 1) Acceptable Proposal: clearly meets the minimum requirements of the solicitation. 2) Unacceptable Proposal: does not clearly meet the minimum requirements of the solicitation. Factor 2, Past Performance: The Government will evaluate Past Performance of Vendors and any proposed subcontractors, teaming/joint venture partners or affiliates (hereafter, contractor or Vendor) that are proposed to perform at least 20% of the contract�s value to determine how well the contractor performed on the referenced contracts and to assess the Vendor�s probability of performing the solicitation�s requirements. The Government will use information that is recent and relevant to determine how well the contractor performed on the referenced contracts in the following areas: (a) The Government�s evaluation will focus on the following areas: . Quality and Compliance of Supplies Furnished . Delivery/Completion Schedule . Customer Satisfaction (b) The following definitions apply to this evaluation: Recency: To be recent, the effort must have been performed during the past five (5) years from the date of issuance of this solicitation. Information that fails to meet this condition or that has yet to be performed will not be evaluated. Relevancy: To be relevant, the effort must be the same as or similar in scope, magnitude and complexity to the services being procured under this solicitation. *NOTE: Vendors are advised that the Government may consider past performance information obtained from sources other than those identified by the Vendor, including Federal, State and local Government agencies, better business bureaus, published media and electronic databases including, but not limited to, Supplier Performance Risk System (SPRS) and Contractor Performance Assessment reporting System (CPARS). The Government may research Vendor performance on any Federal, State, local and commercial procurement that is known to the Government, but not included on a submitted reference. In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Vendor may not be evaluated favorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Vendor shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered �acceptable.� Factor 3, Pricing Information: The Price Factor will not be scored or rated. The Vendor�s response will be evaluated for compliance with the 52.212-1, completeness and price reasonableness in accordance with FAR 13.106-3. The Government will determine Vendors� Total Overall Evaluated price, for this source selection, by aggregating the total price for all contract line items. 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. This announcement will close at 5:00 PM ET local time on February 9, 2024. Contact Hillary Kang-Parker who can be reached by email hillary.s.kang-parker.civ@us.navy.mil. � � � � � � � � � � � � � � � � � � � � �******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29fb9ecde76a41ad8b773eed9f12c1c1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06956907-F 20240208/240206230050 (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 |