BARGE AND TUG SERVICES FOR REFUELING OF USS CHARLESTON
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 02, 2024 08:49 am HST
- Original Published Date: Jul 26, 2024 11:23 am HST
- Updated Date Offers Due: Aug 05, 2024 10:00 am HST
- Original Date Offers Due: Aug 02, 2024 12:00 pm HST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 20, 2024
- Original Inactive Date: Aug 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: V119 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
- NAICS Code:
- 483211 - Inland Water Freight Transportation
- Place of Performance: San Diego , CA 92136USA
Description
AMENDMENT 1: The purpose of this amendment is as follows:
- Extend the solicitation close date to 10:00am HST on 5 August 2024.
- Provide responses to questions received; please see Attachment 4.
- Upload an amended Statement of Work; please see Attachment 5.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N0060424Q4082. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Publication Notice 053024. 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 483211 and the Small Business Standard is 1050 employees.
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). The Small Business Office concurs with this acquisition strategy. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Naval Supply (NAVSUP) Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing barge and tug rental services for refueling of the USS Charleston in accordance with Attachment 1 – Statement of Work (SOW):
CLIN 0001 - BARGE AND TUG RENTAL FOR FUEL TRANSPORT
The Period of Performance: 25 August 2024 to 29 August 2024
Responsibility for Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control.
Attachments:
Attachment 1 - Statement of Work (SOW)
Attachment 2 - Redacted J&A
Attachment 3 - FAR 52.212-3 Alt I and 52.204-24
Method of Payment: The method of payment will be via Government Purchase Card (GPC).
System for Award Management (SAM). Quoters must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/.
Questions regarding the solicitation shall be submitted electronically to beverly.a.suzuki.civ@us.navy.mil. Reference RFQ N0060424Q4082. Questions shall be submitted no later than 30 July 2024 at 12:00 PM Hawaii Standard Time (HST).
This announcement shall close on 5 August 2024 at 10:00 AM Hawaii Standard Time (HST). Quotes shall be submitted electronically to beverly.a.suzuki.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
SUBMISSIONS:
Quote: All quotes should include a price for the CLIN(s) listed in this Notice, a Point of Contact (name phone number and email address), CAGE code, Unique Entity Identification number (UEID), business size, and payment terms. Quotes should not exceed eight (8) pages in total. Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements of the SOW. Submission of a quote indicates the Quoter takes no exception to the SOW unless specifically stated.
Evaluation Criteria: The Government intends to award a single-award Firm-Fixed Price contract to the responsible Quoter, whose quote is technically acceptable and most advantageous to the government. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable quotes, past performance, and responsibility. The quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price.
Price: Quoters shall submit a price for each item listed in this Notice.
Technical: The Quoters technical acceptability will be evaluated against the performance requirements in the Statement of Work. Quoters will be rated Acceptable if they adequately show their ability to meet the performance requirements identified in the SOW and take no exceptions to the SOW. Quoters will be rated Unacceptable if they do not adequately show their ability to meet the performance requirements identified in the SOW, or take exceptions to the SOW. By submission of a quote, the Quoter takes no exceptions to the Statement of Work, unless specifically stated.
Past Performance: The Quoter shall provide relevant past performance. Relevant past performance is experience within the past five (5) years that is essentially the same as or similar to, the scope, magnitude, and complexity of the work as described in the SOW. To demonstrate past performance, the Quoter shall identify up to three (3) of its most recent, relevant contracts or efforts within the past five (5) years. For each contract, include contract number, name of Agency or company, contract dates of performance, scope, magnitude, and complexity of the work, point of contact name, email and telephone number. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Contractor Performance Assessment Reporting System (CPARS) and contacting Government customers who have received recent and relevant experience from the Contractor. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Note: If an offeror has no record of relevant past performance, or for whom information on past performance is not available, the Quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the Quoter shall be determined to have unknown (or neutral) past performance.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS).
A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 3 –
FAR 52.204-24 and 52.212-3 Alt 1 Reps & Certs (if Reps & Certs are not current in SAM).
The following FAR and DFARS provision and clauses are applicable to this procurement:
52.204-7 System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services NOV 2021
Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.204-27 Prohibition on a ByteDance Covered Application JUN 2023
52.209-6 Protecting the Government’s Interest When Subcontracting
with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-1 Instructions to Offerors—Commercial Products and Commercial
Services SEP 2023
52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications—Commercial Products
and Commercial Services--Alternate I FEB 2024
52.212-4 Contract Terms and Conditions—Commercial Products and
Commercial Services NOV 2023
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders—Commercial Products and Commercial Services MAY 2024
52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023
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
52.222-37 Employment Reports on Veterans JUN 2020
52.222-50 Combating Trafficking in Persons NOV 2021
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024
52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.232-34 Payment by Electronic Funds Transfer—Other than System for
Award Management JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984
52.237-3 Continuity of Services JAN 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor
Reported Cyber Incident Information JAN 2023
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting MAY 2024
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023
252.204-7016 Covered Defense Telecommunications Equipment or Services DEC 2019
--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications MAY 2021
Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services JAN 2023
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023
252.209-7004 Subcontracting with Firms That are Owned or Controlled by the MAY 2019
Government of a Country that is a State Sponsor of Terrorism
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7048 Export-Controlled Items JUN 2013
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
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 JAN 2023
252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023
252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023
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):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(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 Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
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 Supplement (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)
******* End of Combined Synopsis/Solicitation *******
Attachments/Links
Contact Information
Contracting Office Address
- SUITE 100 1942 GAFFNEY STREET
- PEARL HARBOR , HI 96860-4549
- USA
Primary Point of Contact
- Beverly Suzuki
- beverly.a.suzuki.civ@us.navy.mil
- Phone Number 8084737555
Secondary Point of Contact
History
- Aug 20, 2024 05:55 pm HSTCombined Synopsis/Solicitation (Updated)
- Aug 02, 2024 08:49 am HSTCombined Synopsis/Solicitation (Updated)
- Jul 26, 2024 11:23 am HSTCombined Synopsis/Solicitation (Original)