USS Port Royal Ship Habitability Project
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: Dec 16, 2021 01:02 pm HST
- Original Date Offers Due: Dec 17, 2021 11:00 am HST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 01, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7195 - MISCELLANEOUS FURNITURE AND FIXTURES
- NAICS Code:
- 337127 - Institutional Furniture Manufacturing
- Place of Performance: JBPHH , HI 96860USA
Description
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 FAR 13, 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 beta.SAM.gov and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060422Q4011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-01 and DFARS Publication Notice 20211130. 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 337127 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision.
The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office requests responses from qualified sources capable of providing:
CLIN 0001 – USS Port Royal (CG73) Ship Habitability Project to upgrade the USS Port Royal in accordance with the Statement of Work (See Attachment 1)
Quantity – 1
Unit of Issue – Group
PRICE SHALL INCLUDE ALL COSTS. A sample pricing matrix is provided as Attachment 2 can be utilized for the price submittal, however, it is not mandatory. Quotes shall identify the cost for each item per the SOW, labor, and shipping cost (if applicable).
Place of Performance: USS Port Royal (CG73), JBPHH, HI 96860.
Period of Performance: 21 December 2021 through 30 December 2021
This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Government Purchase Card.
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 Attachments are applicable to this solicitation. Quoter should include attachments 2-5 [CMC-FLCPH1] with their quote.
Attachments:
Attachment 1 - Statement of Work (SOW)
Attachment 2 - Sample Pricing Matrix
Attachment 3 - FAR 52.212-3 & Alt I Offeror Representations and Certifications (FEB 2021).
Attachment 4 - FAR 52.204-24 --Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
Attachment 5 - FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
System for Award Management (SAM). Quoters 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/.
Questions: Questions shall be submitted to bruce.r.ayres.civ@us.navy.mil no later than 1:00 PM HST on 16 December 2021. Emails sent to this address shall clearly reference the RFQ# N0060422Q4011 in the subject line. Questions submitted after this date and time will not be accepted.
Evaluation Criteria: Award will be made to the responsible Quoter whose quote offers the Best Value to the Government, price and non-price factors considered. The Quoters are advised that the quotation meeting the RFQ 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 CLIN 0001. In determining whether a price is fair and reasonable, the Government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).
Technical: To be rated acceptable, the Quoter must state that they take NO exceptions to the SOW in its entirety AND the Quote submitted must clearly indicate the capability of the Quoter to meet all specifications required for the USS Port Royal Ship Habitability Project.
Technical Acceptability will be rated on an “ACCEPTABLE” or “UNACCEPTABLE” basis using the ratings in the table below.
Technical Acceptable/Unacceptable Ratings
Adjectival Rating Description:
Acceptable Offer clearly meets the minimum technical requirements of the solicitation.
Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation.
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 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), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Furthermore, the Procuring Contracting Officer (PCO) may request additional information from the prospective Quoter that was NOT previously identified in the solicitation to satisfy the standards under FAR 9.104.
Quotation submittal: Quotes shall be submitted via email to bruce.r.ayres.civ@us.navy.mil no later than 11:00 AM HST on 17 December 2021. No other method will be accepted in response to this notice. No other method will be accepted in response to this notice.
Quoters are advised that delays can be experienced with the Government's email system. Additionally, the
email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and,
consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted.
The following FAR provision and clauses are applicable to this procurement:
52.204-7 System for Award Management
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
52.204-20 Predecessor of Offeror
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 of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--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
52.212-1 Instructions to Offerors—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
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
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
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
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
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
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
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program--Basic
252.225-7012 Preference for Certain Domestic Commodities
252.225-7048 Export-Controlled Items
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973[CMC-FLCPH2] Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro
Regime (DEVIATION 2020-O0005)"
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea--Alternate II
******* 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
- Bruce Ayres 808.233.9460
- bruce.ayres1@navy.mil
- Phone Number 808-233-9460
Secondary Point of Contact
History
- Jan 01, 2022 06:56 pm HSTCombined Synopsis/Solicitation (Original)