International Convention For Safe Containers (CSC)
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 08, 2024 10:58 am EDT
- Original Published Date: Jul 29, 2024 04:24 pm EDT
- Updated Date Offers Due: Aug 19, 2024 03:00 pm EDT
- Original Date Offers Due: Aug 19, 2024 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 03, 2024
- Original Inactive Date: Sep 03, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: USA
Description
I. Description of Requirement
This procurement is for services to certify Mobile Facilities (MFs) in accordance with 49 CFR 450, International Convention for Safe Containers (CSC). The MF is a mobile habitable shelter that is eight (8) feet wide by 20 feet long by eight (8) feet high. Please see the Statement of Work (SOW), Attachment 1, and CLIN Structure Excel Spreadsheet, Attachment 2, for the following:
- Line Item Details, Quantities, and Unit of Measure
- Inspection and Acceptance
The resultant contract will be a Fixed Price Indefinite Delivery Indefinite Quantity contract.
II. Solicitation Instructions.
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 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.
- This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & FAR Subpart 13.5 under solicitation number N68335-24-R-0193.
- The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01.
- This will be Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a size standard of 25.5 million. The Product Service Code is R425.
- See attached SOW for requirement specifications.
- The description of the requirements for the items to be acquired are provided in the description above and the attached SOW.
- FOB point is Destination. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.
- FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated.
- FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.
- This solicitation is open to small businesses under NAICS 541330 with a size standard of $25.5M.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
BASIS OF AWARD
- GENERAL
Award will be made to the responsible offeror who provides substantiating documentation of their company’s capability of the services offered to meet the agency needs, validates their company as a small business under NAICS 541330 with a size standard of $25.5M, proposes the lowest evaluated price for supplies or services meeting the requirements of the solicitation, and who has acceptable or neutral past performance. Offeror must have CSC certification in accordance with the U.S. Coast Guard, Office of Operating and Environmental Standards, Commandant (CG-OES-2) to act as a delegate of the Commandant as an Approval Authority, authorized to approve containers within the terms of the International Convention for Safe Containers, the International Safe Container Act, and Title 49, U.S. Code of Federal Regulations, Part 451.Proposals that do not conform to the requirements of the solicitation may be rejected without further evaluation, deliberation, or discussion.
2.0 PRICE
For competitive evaluation purposes, the evaluated price for this procurement will be based on a sum of all Contract Line Item Numbers (CLINs). Offerors must provide pricing for all CLINs in accordance with the CLIN Structure Excel (Attachment 2). All priced CLINs will be included in the total evaluated price.
Each Offeror’s proposal shall be evaluated to determine if it is complete.
3.0 TECHNICAL
The Government will evaluate the Offeror’s proposal to determine the Offeror’s understanding and ability to meet the requirements of the Statement of Work (SOW), Section 2.0, Exhibit A, Contract Data Requirements List (CDRLs) A001-A002, and the combined synopsis/solicitation.
Offerors must submit a written technical proposal demonstrating an understanding and ability to provide the services detailed in Attachment 1, SOW, Section 2.0, and Exhibit A, CDRLs A001-A002. The Offeror shall provide all information and data required to conduct a thorough and complete technical evaluation.
Offerors must provide evidence of a valid, current CSC certification in accordance with the CG-OES-2 to act as a delegate of the Commandant as an Approval Authority, authorized to approve containers within the terms of the International Convention for Safe Containers, the International Safe Container Act, and Title 49, U.S. Code of Federal Regulations, Part 451.
The Government will confirm the Offeror’s CSC certification through the U.S. Coast Guard List of United States Container Delegated Approval Authorities List.
Compliance Ratings: The ratings reflect the Government's assessment of solicitation compliance.
Technical Acceptable/Unacceptable Ratings
Acceptable: Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation.
4.0 PAST PERFORMANCE
Evaluation of each supplier’s past performance history in the Supplier Performance Risk System (SPRS) for the Federal Supply Class (FSC) and Product or Service Code (PSC) of the supplies being purchased. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the services being purchased, the Offeror may not be evaluated favorably or unfavorably for its past performance history. SPRS assigns each contractor a color based on the high five percent in the commodity (Dark Blue), next 10 percent (Purple), next 70 percent (Green), next 10 percent (Yellow), and last five percent (Red). Past performance, ratings are as follows:
Past Performance Acceptable/Unacceptable Ratings
Acceptable: Offeror has a rating of Dark Blue, Purple, Green or Yellow in SPRS
Unacceptable: Offeror has a rating of Red in SPRS
Neutral: Offeror has no rating in SPRS
Contract Award
After considering the above information, the Government will award to the Offeror whose proposal meets the requirements of the solicitation and is the lowest price Offeror technically acceptable in all non-priced factors.
The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Offeror’s best terms from a price standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those Offerors determined necessary to ensure efficient competition.
A Competitive Business Clearance Memorandum (BCM) will be reviewed and approved by the Procuring Contracting Officer. The Competitive BCM will establish price reasonableness and the Eligible Offeror’s determination of responsibility (Federal Acquisition Regulation (FAR) 9.103) and financial stability (FAR 9.104-1(a)).
In accordance with the Department of Defense Source Selection Procedures dated 20 August 2022, these procedures are applicable to all acquisitions conducted as part of a major system acquisition program, as defined in FAR 2.101, and all competitively negotiated FAR part 15 acquisitions with an estimated value greater than $10 million. This requirement is under $10M, therefore, the Source Selection Procedures are not applicable. Award will be made to the lowest price technically acceptable offer.
PROPOSAL SUBMISSION
1.0 PROPOSAL CONTENT
The proposal shall be separated into the following Volumes:
I: Technical
II: Price
Volume I, Technical Proposal - This Volume shall not contain any reference to price aspects of the offer. This Volume shall include all information requested in Basis for Award, “3.0 TECHNICAL.”
Offerors must provide evidence of a valid, current CSC certification in accordance with the U.S. Coast Guard, Office of Operating and Environmental Standards, Commandant (CG-OES-2).
Volume II, Price Proposal - This Volume shall include the information requested below and shall include a completed Attachment 2, CLIN structure Excel file, with Total Prices filled in for evaluation purposes.
Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable.
As this is a competitive acquisition with adequate price competition anticipated, any price documentation requested shall not be certified cost or pricing data in accordance with FAR 15.406-2. However, in the event that adequate price competition does not exist after receipt of proposals, the Government reserves the right to request additional cost or pricing data as necessary from both the Offeror and subcontractors and may conduct negotiations with the Offeror, pursuant to FAR Part 15.403-4, in order to ensure a reasonable price. Further, the Offeror may be required to provide a Certificate of Current Cost or Pricing Data prior to award, pursuant to FAR 15.406-2. Offeror shall acknowledge the requirement to provide additional cost or pricing information and certify the data prior to award if/when requested by the Government.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).
(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated.
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following apply: FAR 52.203-6 Alt: Restrictions on Subcontractor Sales to The Government; FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-27: Prohibition on a ByteDance Covered Application; FAR 52.209-6: Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment ; FAR 52.219-8: Utilization of Small Business Concerns; FAR 52.219-14: Limitations on Subcontracting; FAR 52.219-28: Post-Award Small Business Program Rerepresentation; FAR 52.222-3: Convict Labor; FAR 52.222-21: Prohibition of Segregated Facilities; FAR 52.222-26: Equal Opportunity; FAR 52.222-35: Equal Opportunity for Veterans; FAR 52.222-36: Equal Opportunity for Workers with Disabilities; FAR 52.222-37: Employment Reports on Veterans; FAR 52.232-33: Payment by Electronic Funds Transfer--System for Award Management; FAR 52.222-54: Employment Eligibility Verification; FAR 52.222-55: Minimum Wages for Contractor Workers Under Executive Order 14026; FAR 52.222-62: Paid Sick Leave Under Executive Order 13706
(xiii) Additional clauses, provisions and requirements:
FAR 52.203-3: Gratuities
FAR 52.203-12: Limitation on Payments to Influence Certain Federal Transactions
FAR 52.204-7: System for Award Management
FAR 52.204-13: System for Award Management Maintenance
FAR 52.204-16: Commercial and Government Entity Code Reporting
FAR 52.204-19: Incorporation by Reference of Representations and Certifications
FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26: Covered Telecommunications Equipment or Services--Representation.
FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.219-6: Notice of Total Small Business Set-Aside
FAR 52.222-50, Combating Trafficking in Persons (Mar 2015).
FAR 52.223-22: Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.
FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.
FAR 52.227-1: Authorization and Consent
FAR 52.227-2: Notice and Assistance Regarding Patent and Copyright Infringement
FAR 52.229-3: Federal, State and Local Taxes
FAR 52.232-39: Unenforceability of Unauthorized Obligations
FAR 52.245-1: Government Property
FAR 52.245-9: Use And Charges
FAR 52.246-4: Inspection Of Services--Fixed Price
FAR 52.247-34: F.O.B. Destination
FAR 52.252-2: Clauses Incorporated By Reference
FAR 52.252-5: Authorized Deviations In Provisions
FAR 52.252-6: Authorized Deviations In Clauses
DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003: Control of Government Personnel Work Product
DFARS 252.204-7007: Alternate A, Annual Representations and Certifications
DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls
DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015: Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation
DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7019: Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020: NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7024: Notice on the Use of the Supplier Performance Risk System
DFARS 252.211-7003: Item Unique Identification and Valuation
DFARS 252.211-7008: Use of Government-Assigned Serial Numbers
DFARS 252.215-7008: Only One Offer
DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.225-7001: Buy American and Balance of Payments Program
DFARS 252.225-7002: Qualifying Country Sources As Subcontractors
DFARS 252.225-7012: Preference for Certain Domestic Commodities
DFARS 252.225-7048: Export-Controlled Items
DFARS 252.225-7052: Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten.
DFARS 252.225-7055: Representation Regarding Business Operations with the Maduro Regime
DFARS 252.225-7056: Prohibition Regarding Business Operations with the Maduro Regime
DFARS 252.227-7015: Technical Data--Commercial Items
DFARS 252.227-7037: Validation of Restrictive Markings on Technical Data
DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006: Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010: Levies on Contract Payments
DFARS 252.232-7011: Payments in Support of Emergencies and Contingency Operations
DFARS 252.237-7010: Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.243-7001: Pricing Of Contract Modifications
DFARS 252.243-7002: Requests for Equitable Adjustment
DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services
DFARS 252.245-7003: Contractor Property Management System Administration
DFARS 252.245-7004: Reporting, Reutilization, and Disposal
DFARS 252.247-7023: Transportation of Supplies by Sea
2.0 PROPOSAL SUBMISSION INSTRUCTIONS
Electronic copies of each volume shall be submitted through SAM.gov. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the FAR.
It is advised that all potential prime Offerors and ensure the proper company points of contact are registered in the site based on their CAGE codes and have the proper roles assigned well in advance of the solicitation closing date.
Clearly mark all files with the solicitation and volume number. The submission date for all Volumes of the proposal shall be no later than the date and time specified in the solicitation. It is the Offeror’s responsibility to obtain written confirmation of receipt of all electronic files of the full proposal by the Contracting office. The Government is not obligated to search for incorrectly submitted proposals in SAM.gov.
In the event that SAM.gov is not operational, experiences technical difficulties, or a Contractor is temporarily unable to access or use the system, the Contractor shall immediately notify the Contracting Officer. This Notification must occur prior to the proposal submission deadline and shall be in writing. The Offeror shall obtain written approval from the Contracting Officer to submit the proposal via an alternate method. Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti-virus scan before submission. Electronic copies of each volume shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. Narrative portions of the proposal shall be in Adobe Acrobat portable document file (PDF) searchable text format. The Offeror shall not embed sound or video (e.g., MPEG) files into the proposal files. The Contractor shall submit all volumes of its proposal electronically via SAM.gov under the Naval Air Warfare Center Aircraft Division, Solicitation Number N68335-24-R-0193. In order to compete for the requirement, a submission must be received by the date and time specified in solicitation.
Questions regarding this requirement are due by 3:00PM EDT, 12 August 2024.
Additional requirements: Proposals are due by 3:00PM EDT, 19 August 2024 to Mr. Daniel Webster at daniel.g.webster2.civ@us.navy.mil and Ms. Shannan Germond at Shannan.m.germond.civ@us.navy.mil. All proposals shall meet all requirements as outlined in combined synopsis/solicitation. Proposals shall include price, be “FOB: Destination,” with inspection and acceptance at “Destination.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Daniel Webster
- Daniel.g.webster2.civ@us.navy.mil
- Phone Number 7326729186
Secondary Point of Contact
- Shannan M. Germond
- shannan.germond@navy.mil
- Phone Number 2405778421
History
- Sep 03, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 08, 2024 11:02 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 08, 2024 10:58 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 05, 2024 07:59 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 29, 2024 04:24 pm EDTCombined Synopsis/Solicitation (Original)