Skip to main content

An official website of the United States government

You have 2 new alerts

HIGH QUALITY DEMIERALIZED WATER. DELIVERY SERVICES

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: Dec 16, 2022 02:40 pm EST
  • Original Published Date: Dec 16, 2022 01:05 pm EST
  • Updated Date Offers Due: Dec 21, 2022 02:30 pm EST
  • Original Date Offers Due: Dec 21, 2022 02:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 22, 2022
  • Original Inactive Date: Dec 22, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: H246 - EQUIPMENT AND MATERIALS TESTING- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 221310 - Water Supply and Irrigation Systems
  • Place of Performance:
    San Diego , CA 92101-0300
    USA

Description

COMBINED SYNOPSIS/SOLICITATION

DEMINERALIZED WATER DELIVERY SERVICE
AT NRMD – POINT LOMA

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and 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.

The Request for Quotation (RFQ) number is N3904023RC30062. This solicitation document and incorporates provisions and clauses in effect through FAC 2022-08-26 and DFARS Change Notice 20221028. 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       

http://www.acq.osd.mil/dpap/dars/change_notices.html.

The NAICS code is 221310 and the Small Business Standard is $36 million. This requirement will be a total small business set aside.

Portsmouth Naval Shipyard request responses from qualified sources capable of providing this requirement for Point Loma, San Diego CA.

Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: wayne.d.evans3.civ@us.navy.mil.

             

Refer to Statement of Work (SOW) for detailed specifications.

•            Place of Performance: Portsmouth Naval Shipyard, Detachment San Diego CA. Point Loma.

             

  • Period of Performance: Base Year; 01 April 2023 to 31 March 2024

             

  • Option Year 1; 01 April 2024 to 31 March 2025
  • Option Year 2; 01 April 2025 to 31 March 2026
  • Option Year 3; 01 April 2026 to 31 March 2027
  • Option Year 4; 01 April 2027 to 31 March 2028          

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:

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

52.204-2       Security Requirements

52.204-7       System for Award Management

52.204-9       Personal Identity Verification of Contractor Personnel

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

52.204-19     Incorporation by Reference of Representations and Certifications.

52.204-20     Predecessor of Offeror

52.204-21     Basic Safeguarding of Covered Contractor Information Systems

52.204-22     Alternative Line Item Proposal

52.204-23     Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky

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

52.209-7       Information Regarding Responsibility Matters

52.209-10     Prohibition on Contracting With Inverted Domestic Corporations

52.209-11     Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

52.211-6       Brand Name or Equal

52.211-14     Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use

52.211-15     Defense Priority And Allocation Requirements

52.211-17     Delivery of Excess Quantities

52.212-1       Instructions to Offerors--Commercial Items

52.212-2       Evaluation - Commercial Item

52.212-3 Alt 1     Offeror Representations and Certifications--Commercial Items

52.212-4       Contract Terms and Conditions--Commercial Items

52.215-5       Facsimile Proposals

52.216-1       Type of Contract: Firm Fixed Price

52.217-5       Evaluation of Options

52.217-7       Option for Increased Quantity-Separately Priced Line Item.

52.217-9       Option to Extend the Term of the Contract

52.219-1 Alt        Small Business Program Representations

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

52.219-6       Notice of Total Small Business Set-Aside

52.219-8       Utilization of 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

52.222-26     Equal Opportunity

52.222-36     Equal Opportunity for Workers with Disabilities

52.222-41     Service Contract Labor Standards

52.222-42     Statement of Equivalent Rates for Federal Hires

52.222-50     Combating Trafficking in Persons

52.222-55     Minimum Wages under Executive Order 13658

52.223-3       Hazardous Material Identification & Material Safety Data

52.223-11     Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.

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

52.223-22     Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.

52.225-1       Buy American—Supplies

52.225-3       Buy American –Free Trade Agreements – Israeli Trade Act

52.225-5       Trade Agreements

52.225-13     Restrictions on Certain Foreign Purchases

52.225-25     Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions

52.232-19     Availability of Funds Next Fiscal Year

52.232-33     Payment by Electronic Funds Transfer--System for Award Management

52.232-36     Payment by Third Party

52.232-39     Unenforceability of Unauthorized Obligations

52.232-40     Providing Accelerated Payments to Small Business Subcontractors

52.233-2       Service of Protest

52.233-3       Protest After Award

52.233-4       Applicable Law for Breach of Contract Claim

52.237-2       Protection Of Government Buildings, Equipment, And Vegetation

52.242-15     Stop-Work Order

52.246-2       Inspection of Supplies-Fixed-Price

52.246-4       Inspection of Services-fixed-Price

52.247-34     F.O.B. Destination

52.248-1       Value Engineering

52.252-1       Solicitation Provisions Incorporated By Reference

52.252-2       Clauses Incorporated By Reference

52.252-6       Authorized Deviations in Clauses

C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)

C-211-H001 ACCESS TO THE VESSEL(S) (NAVSEA) (OCT 2018)

C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)

C-222-H002 DEPARTMENT OF LABOR SAFETY AND HEALTH STANDARDS FOR SHIPBUILDING (NAVSEA) (OCT 2018)

C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)

C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)

C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)

C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018)

C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)

C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)

D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)

E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)

G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)

G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)

G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)

H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)

Quoters should include a completed copy of 52.212-3 and its ALT I with quotes.  All clauses shall be incorporated by reference in the order.  Additional DFARS contract terms and conditions applicable to this procurement are: 

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

252.204-7005     Oral Attestation of Security Responsibilities

252.204-7006     Billing Instructions

252.204-7008     Compliance With Safeguarding Covered Defense Information Controls

252.204-7009     Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting

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

252.213-7000     Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System

252.215-7013     Supplies and Services Provided by Nontraditional Defense Contractors.

252.223-7008     Prohibition of Hexavalent Chromium

252.225-7001      Buy American and Balance of Payments Program.

252.225-7002      Qualifying Country Sources as Subcontractors

252.225-7031     Secondary Arab Boycott of Israel

252.225-7048     Export-Controlled Items

252.231-7000     Supplemental Cost Principles

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

252.243-7001     Pricing of Contract Modifications.

252.244-7000     Subcontracts for Commercial Items

252.246-7007     Contractor Counterfeit Electronic Part Detection and Avoidance System

252.246-7008     Sources of Electronic Parts

252.247-7023     Transportation of Supplies by Sea

52.212-2, Evaluation - Commercial Items is applicable to this procurement.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:

- Technical Acceptability (Must meet specifications and document capabilities)

- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)

- Price (Lowest Price Technically Acceptable, after adherence to other factors)

Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

Technical:

Please provide documentation demonstrating your capabilities in fulfilling the SOW (attached)

Technical Evaluation Ratings

Rating

Description

Acceptable

Submission clearly meets the minimum requirements of the solicitation

Unacceptable

Submission does not clearly meet the minimum requirements of the solicitation

If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.

Schedule:

Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.

Price:

The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.

Past Performance:

PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.

This announcement will close at 14:30 PM ET local time on 21 Dec. 2022. Contact Wayne D Evans, who can be reached by email wayne.d.evans3.civ@us.navy.mil

METHOD OF PROPOSAL SUBMISSION:  Offers shall be emailed (preferred Method) (or faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency.

System for Award Management (SAM): Vendors 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), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

Contact Information

Contracting Office Address

  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History