J019 - YON 328 Underwater hull cleaning and preventive maintenance
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented ... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060424Q4099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Publication DFARS Change 05/30/2024. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336611 and the Small Business Standard is 1,300 Employees. The proposed contract is 100 percent set aside for small business concerns. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 Underwater Hull Cleaning for YON-328 in accordance with PWS. In order to allow proper fair and reasonable determination to be conducted please provide a detailed quote with all pricing broken down in sufficient details. Please provide your quoted price as follows: CLIN 0001 total price: $ . Period of performance: Period of performance is from date of contract award through 31 December 2024. All work must be completed no later than 31 December 2024. Location is at Building 1757 Neosho Avenue K-5 Joint Base Pearl Harbor Hawaii 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Evaluation: Award will be made to the Lowest Priced Technically Acceptable (LPTA) quote. In order to be technically acceptable the contractor must provide a statement in the email response or quote declaring that they take no exception to the attached PWS. Questions regarding this procurement can be sent by 4:00 PM Hawaii Standard Time on Friday, 13 September 2024. (This will allow sufficient time to obtain answers and respond before the closing date). This RFQ will close at 11:00 AM Hawaii Standard Time on Tuesday, 17 September 2024. Quoter shall include a completed copy of 52.212-3 and its ALT I and 52.204-24 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: This announcement will close at 11:00 AM Hawaii Standard Time on Wednesday, 19 September 2024. Contact David D. Chang who can be reached at email david.d.chang3.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Attachment List: 1. 4.01.1 PWS YON 328 rev 3 2. 4.01.2 FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (pages 1-3) and FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2023) (Pages 4 - 19). 3. 4.01.3 Combine Solicitation number N0060424Q4099 and FAR and DFARS Provisions and Clauses 4. 4.01.4 Wage Determination No. 2015-5689 Rev 05/10/2024 and Wage Determination No. 2004-0047 Rev 12/26/2023 System for Award Management (SAM). Quoter must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All Clauses and Provisions 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.204-27 Prohibition on a ByteDance Covered Application 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage Fringe Benefits 47040 - Diver $45.20 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62 Paid Sick Leave Under Executive Order 13706 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 Authorized Deviations in Provisions NOV 2020 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses NOV 2020 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems Representation. (DEVIATION 2020-O0015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.247-7023 Transportation of Supplies by Sea Basic
Data sourced from SAM.gov.
View Official Posting »