Skip to main content

An official website of the United States government

You have 2 new alerts

MARMC CEP-200 Tanks and Parts Washer Cleaning and De-Sludge Water Jet

info alert

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 (Original)
  • Original Published Date: Jun 14, 2023 11:34 am EDT
  • Original Date Offers Due: Jun 26, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 11, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    Norfolk , VA 23511
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 will be posted to the System for Award Management at https://sam.gov/ and/or Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice.

The RFQ number is N50054-23-Q-0127. This solicitation documents and incorporates provisions and clauses in effect though FAC 2023-04 and the DFARS Change 20230609.  

The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the Tank and Parts cleaning services that are identified in the attached Statement of Work (SOW). All parts shall be new. No refurbished or used parts will be accepted.

Business Size Standard Information:

Small Business Set-Aside: yes - Total Small Business Set Aside

NAICS Code: 562998 Size Standard: $16.5mil

Small Business Competition Advocate

MARMC Small Business Professional 

Stacey Cooper

stacey.l.cooper10.civ@us.navy.mil

757-837-8811

Delivery and Shipping Information:

Required Deliver Date (RDD) or Period of Performance (POP): 07/01/2023 - 06/30/2024

Shipping Terms: Shipping shall be FOB Destination per FAR 52.247-34.

Ship to Address:


Mid-Atlantic Regional Maintenance Center (MARMC)
CEP-200
9170 Second Street

Norfolk, VA 23511

 

Evaluation Factors and Required Documents:

Per FAR 52.204-7, offerors must have an ACTIVE registration in SAM. Registration is free and can be completed online at https://sam.gov/.

An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness in accordance with FAR 52.212-2.

Technical Acceptability: Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW.

  1. Vendors must provide a detailed, unpriced technical quote with capabilities statement for review and acceptance by the Technical POC.
  2. The technical capability portion of the quote should include (if applicable):
    1. A clear, precise presentation to the Government of the vendor’s understanding of the SOW and the technical requirements therein. Technical comprehension of the attached SOW is to include, but not limited to, knowledge of the procedures, parts, and processes necessary to properly perform this requirement.
    2. Vendor has updated their registration in System for Award Management (SAM) in accordance with FAR Provision 52.204-26 (see below for full text).
  3. The following adjectival ratings will be used in evaluating each vendor’s technical approach. 

Technical Acceptable/Unacceptable Ratings

Rating

Description

Acceptable

Quote clearly meets the minimum requirements of the SOW

Unacceptable

Quote does not clearly meet the minimum requirements of the SOW

Note:  To receive consideration for award, a rating of acceptable must be achieved in all technical factors.

Price Reasonableness:

  1. Each (priced) quote must breakdown pricing for each part requested in the SOW.
  2. Price Quote: this shall be a separate document from the technical capability statement from Factor 1 Technical.
  3. Price is fully burdened.
  4. Excessive Line Items: For quotes with line items, greater than ten and the lead time/delivery date will be the same, the vendor shall bundle the items into one “kit” or “groups”.
    1. Please contact the POC listed above with questions regarding this request.     
  5. Determination of price reasonableness after receipt of quote:
    1. Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness:
      1. Published price list or catalog
        1. Must be available for all customers
        2. Price list must not be exclusive to Government agencies
        3. Cannot be marked “Confidential” or “For Government Use Only”
      2. Contract numbers for the same or similar items sold to Government agencies
      3. Purchase orders or invoices sold to commercial/industry customers

Quote Format:

To be considered for this opportunity, all quotes shall be:

  1. Submitted in Microsoft Word, Excel spreadsheet, or Adobe PDF.
  2. Vendors must include a completed copy of FAR 52.212-3 (Attachment II) with the quote if not completed in SAM within the last 12 months.
    1. FAR 52.212-3(b)
    2. FAR 52.212-3 Alt I of the provision. Vendor is to complete Alt I if it is applicable to their business or mark “Not Applicable” if the provision does not apply
  3. Quotes shall also include:
    1. Price(s)
    2. Point of contact name, email address, and phone number
    3. Business size for NAICS listed above
    4. CAGE Code and/or SAM UEI
    5. Payment terms (Net terms)
    6. Shipping Terms: FOB Destination
  4. Quotes shall be valid for a minimum of sixty (60) calendar days

Quote Submission and Questions:

Submission: Responses to this solicitation are due by 10:00am EST on 06/26/2023. Email quotes to Contract Specialist Donald Bowers - donald.bowers1@navy.mil.

Site Visit: If desired, prospective offerors may notify Contract Specialist Donald Bowers at donald.bowers1@navy.mil and Jake Grady at jake.a.grady2.civ@us.navy.mil before 10:00am EST on Tuesday, 06/20/2023 to request a site visit. If requested, MARMC will then coordinate with the requesting offeror to schedule the time and day of the site visit.

Questions:  Vendors may submit questions regarding clarification of solicitation requirements to Contract Specialist Donald Bowers by e-mail at donald.bowers1@navy.mil by Wednesday, 06/21/2023 at 4:00pm EST. Any questions received after this date may not be answered.

Written Award Notice or Acceptance:

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.)

Provisions and Clauses:

It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Full text versions of each provision and clause may be accessed via the following websites:

FAR: www.acquisition.gov

DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

NMCARS: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx

The following FAR and DFARS provisions and clauses are applicable to this procurement. Supplementary provisions and clauses may be added/removed prior to award.

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7 System for Award Management

2.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance

52.204-19 Incorporation by Reference of Representations and Certifications

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 on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-1 Instructions to Offerors - Commercial Products and Commercial Services

52.212-2 Evaluation - 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 (Jun 2023)

52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor-Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-22 Previous Contracts and Compliance Reports

52.222-26 Equal Opportunity

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13 Restriction on Certain Foreign Purchases

52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications

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

52.240-22 Alternative Line Item Proposal

52.247-34 FOB Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

252.203-7000 Requirements Relating to Compensation of Former DOD Officials

252.203-7002 Requirements 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

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7020 NIST SP 800-171 DoD Assessment Requirements

252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

252.211-7003 Item Unique Identification and Valuation

252.211-7008 Use of Government-Assigned Serial Numbers

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7000 Buy American--Balance of Payments Program Certificate

252.225-7001 Buy American and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7048 Export-Controlled Items

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

252.244-7000 Subcontracts for Commercial Items

252.246-7000 Material Inspection and Receiving Report

252.247-7023 Transportation of Supplies by Sea

Provisions and Clauses in full text:

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.

As prescribed in 4.2105(c), insert the following provision:

Covered Telecommunications Equipment or Services-Representation (Oct 2020)

      (a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

      (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".

      (c) (1) Representation. The Offeror represents that it  does,  does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.

           (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it  does,  does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.

(End of provision)

Attachments:

ATTACHMENT I:     Statement of Work

ATTACHMENT II:    FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (Full Text)

ATTACHMENT III: FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Full Text)

Contact Information

Contracting Office Address

  • 9727 AVIONICS LOOP BLDG LF-18
  • NORFOLK , VA 23511-2124
  • USA

Primary Point of Contact

Secondary Point of Contact

History