VCT Deck Installation
AMENDMENT 0003: The purpose of this amendment is to change the Period of Performance (POP). The POP dates are hereby changed from "02 March 2020 - 27 March 2020" to "09 March 2020 - 07 April 2020." Th... AMENDMENT 0003: The purpose of this amendment is to change the Period of Performance (POP). The POP dates are hereby changed from "02 March 2020 - 27 March 2020" to "09 March 2020 - 07 April 2020." The date and time for receipt of offers has been extended to 1200 ET 20 February 2020. AMENDMENT 0002: Site Visit to be conducted at 1300 on 4 Feb 2020 at Subase New London, Groton, CT. Jim Crudden is Point of Contact (POC); work phone number 860-694-2424 and email james.c.crudden@navy.mil). Contractors must provide the full name of each visitor and company name to POC at least 24 hours prior to the scheduled site visit in order to access base. POC will escort pre-scheduled visitors to the ship at the appointed day/time. Date and time for receipt of offers has been extended to 1200 ET 11 Feb 2020. Period of performance (POP) will remain 2 March 2020 – 27 March 2020. No changes shall be made to this POP. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 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. Solicitation Number N6278920Q0005 is issued as a Request for Quotes (RFQ). The solicitation and incorporated provisions and clauses are in effect through the most current Federal Acquisition Circular (FAC) 2020-02 with an effective date of 23 December 2019. This is a 100% Total Small-Business Set-Aside. The North American Industrial Classification System (NAICS) Code for this acquisition is 238340. The Small Business Size Standard is $16,500,000. Supervisor of Shipbuilding (SUPSHIP) Conversion and Repair, Groton CT intends to award a Firm Fixed Price purchase order for these services. The performance location will be at the Naval Submarine Base, Groton CT. CLIN 0001: Vendor shall remove the existing Vinyl Composite Tile (VCT), clean and prepare the deck, and install new VCT in seven (7) separate locations onboard the USS North Dakota (SSN 784) for a total of 1,221 square feet (sqft.) in accordance with the Scope of Work dated 11/06/2019. Period of Performance: 02 March 2020 – 27 March 2020 Offerors must be registered and active in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at: https://sam.gov/SAM/pages/public/index.jsf. Proposals are due prior to 12:00PM ET, 31 January 2020. Late submissions will not be accepted. Any subsequent amendments will be posted to the beta.SAM.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation and for monitoring the website for any amendments. The Contracting Officer will not provide hardcopies or email copies of the solicitation. Offerors are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their proposal to be determined unacceptable and therefore not eligible for award. Failure to submit any of the information requested by this solicitation may be cause for unfavorable consideration. Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: david.figueroa@navy.mil. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. All correspondence in conjunction with this acquisition should be emailed to david.figueroa@navy.mil. In accordance with the Federal Acquisition Regulation (FAR), the provisions and clauses referenced hereafter are applicable to this acquisition: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-20 Predecessor of Offeror JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment AUG 2019 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2019 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law FEB 2016 52.212-1 Instructions to Offerors--Commercial Items OCT 2018 52.212-3 Offeror Representations and Certifications—Commercial Items OCT 2018 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items OCT 2019 52.219-1 Alt I Small Business Program Representations (OCT 2014) – Alternate I SEPT 2015 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post Award Small Business Program Rerepresentation JUL 2013 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor--Cooperation with Authorities and Remedies OCT 2019 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-26 Equal Opportunity SEPT 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons JAN 2019 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-1 Biobased Product Certification MAY 2012 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013 52.223-4 Recovered Material Certification MAY 2008 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts AUG 2018 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act MAY 2014 52.225-4 Alt II Buy American-Free Trade Agreements-Israeli Trade Act Certificate – Alternate II MAY 2014 52.225-13 Restrictions on Certain Foreign Purchases JUNE 2008 52.225-18 Place of Manufacture AUG 2018 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications AUG 2018 52.232-11 Extras APR 1984 52.232-33 Payment by Electronic Funds Transfer – System for Award Management OCT 2018 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 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-15 Stop-Work Order AUG 1989 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.253-1 Computer Generated Forms JAN 1991 In accordance with the Defense Federal Acquisition Regulation Supplement (DFARS), the additional provisions and clauses referenced hereafter are applicable to this acquisition: 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7000 Disclosure Of Information OCT 2016 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors FEB 2019 252.204-7006 Billing Instructions OCT 2005 252.204-7007 Alternate A, Annual Representations and Certifications JUN 2019 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 for Litigation Support MAY 2016 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law MAR 2012 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law JAN 2012 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials—Basic SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program—Basic DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 Due to the performance location, there can be NO FOREIGN NATIONALS working on this project. If Contractor employees are not United States citizens, they are not allowed on the USS North Dakota. All Contractor personnel MUST be able to pass a background check, unless they currently have a Defense Biometrics Identification System (DBIDS) card. Security clearances are desired, but not required. Government personnel will escort Contractor employees as necessary. The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. The lowest priced offeror will be evaluated first for technical acceptability. If determined to be technically unacceptable, the next lowest offer will be evaluated, etc. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest priced, technically acceptable.
Data sourced from SAM.gov.
View Official Posting »