Skip to main content

An official website of the United States government

You have 2 new alerts

LPAC ERATA

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: Jun 15, 2023 09:58 am EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 06, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Goose Creek , SC 29445
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Simplified Acquisition Procedures, 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 sam.gov. The RFQ number is N3904023PSE2611. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 20230525. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.

The NAICS code is 534290 and the Small Business Standard is $40 Million. This is a total small business set-side. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

Portsmouth Naval Shipyard (PNSY) is seeking to lease one (1) Low Pressure Air Compressor (LPAC) system at NPTU, Goose Creek, SC in accordance with the attached Statement of Work.

Period of Performance is Base – 7/25/2023 to 8/28/2023 for five (5) weeks, Option – 08/29/2023 to 09/04/2023 for one (1) week.

Attachment Table of Contents

  • N3904023PSE2611 RFQ
  • Statement of Work

PROVISIONS & CLAUSES

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, (https://www.acquisition.gov/browse/index/far), and clauses are applicable to this procurement: 

(P) 52.203-18       Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements —Representation

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

(P) 52.204-7         System for Award Management

(C) 52.204-10      Reporting Executive Compensation and First-Tier Subcontract Awards

(C) 52.204-13      System for Award Management Maintenance

(P) 52.204-16       Commercial and Government Entity Code Reporting

(P) 52.204-17       Ownership or Control of Offeror

(C) 52.204-18       Commercial and Government Entity Code Maintenance

(C) 52.204-19       Incorporation by Reference of Representations and Certifications.

(P) 52.204-20       Predecessor of Offeror

(C) 52.204-21       Basic Safeguarding of Covered Contractor Information Systems

(P) 52.204-22       Alternative Line Item Proposal

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

                                Kaspersky Lab and Other Covered Entities

(P) 52.204-24       Representation Regarding Certain Telecommunications and Video Surveillance Services or

                                Equipment

(C) 52.204-25       Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or                                             Equipment

(C) 52.209-1         Qualification Requirements FEB 1995

(P) 52.209-2         Prohibition on Contracting with Inverted Domestic Corporations—Representation

(C) 52.209-6         Protecting the Government’s Interest When Subcontracting with Contractors Debarred,

                                Suspended, or Proposed for Debarment

(C) 52.209-10      Prohibition on Contracting with Inverted Domestic Corporations

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

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

                                Use

(C) 52.211-15       Defense Priority And Allocation Requirements

(P) 52.212-1         Instructions to Offerors--Commercial Items

(P) 52.212-2         Evaluation--Commercial Items

(P) 52.212-3         Offeror Representations and Certifications--Commercial Items

(C) 52.212-4         Contract Terms and Conditions--Commercial Items

(C) 52.212-5         Contract Terms and Conditions Required to Implement Statutes or Executive Orders

(P) 52.217-5         Evaluation of Options

(C) 52.217-9         Option to Extend the Term of the Contract

(P) 52.219-1         Small Business Program Representations

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

(C) 52.219-28       Post-Award Small Business Program Representation

(C) 52.222-3         Convict Labor

(C) 52.222-19       Child Labor -- Cooperation with Authorities and Remedies

(C) 52.222-21       Prohibition Of Segregated Facilities

(C) 52.222-26       Equal Opportunity

(C) 52.222-36       Equal Opportunity for Workers with Disabilities

(C) 52.222-41       Service Contract Labor Standards

(C) 52.222-42       Statement Of Equivalent Rates For Federal Hires

(C) 52.222-43      Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple

                                Year and Option Contracts)

(C) 52.222-50       Combating Trafficking in Persons

(C) 52.222-55       Minimum Wages Under Executive Order 13658

(C) 52.222-62      Paid Sick Leave Under Executive Order 13706

(C) 52.223-5         Pollution Prevention and Right-to-Know Information

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

(C) 52.225-13       Restrictions on Certain Foreign Purchases

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

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

(C) 52.232-36       Payment by Third Party

(C) 52.232-39       Unenforceability of Unauthorized Obligations

(C) 52.232-40       Providing Accelerated Payments to Small Business Subcontractors

(C) 52.233-1         Disputes MAY 2014

(C) 52.233-3         Protest After Award

(C) 52.233-4         Applicable Law for Breach of Contract Claim

(C) 52.237-2         Protection Of Government Buildings, Equipment, And Vegetation

(C) 52.242-15       Stop-Work Order

(C) 52.242-17       Government Delay of Work

(C) 52.243-1         ALT I     Changes—Fixed Price--Alternate I  APR 1984

(C) 52.246-4         Inspection of Services-Fixed-Price

(C) 52.247-34       F.O.B. Destination

(P) 52.252-1         Solicitation Provisions Incorporated By Reference

(C) 52.252-2         Clauses Incorporated By Reference

(C) 52.252-6         Authorized Deviations In Clauses

The local clauses can be sent upon request.

C-202-H001         ADDITIONAL DEFINITIONS--BASIC  (NAVSEA) (OCT 2018)

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

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

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

D-247-H002         PACKAGING OF SUPPLIES—BASIC (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-H001         GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND

                                RESPONSIBILITIES (NAVSEA) (OCT 2018)

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 shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional DFARS, (https://www.acq.osd.mil/DPAP/dars/dfarspgi/current/index.html) contract terms and conditions applicable to this procurement are: 

(C) 252.203-7000                Requirements Relating to Compensation of Former DoD Officials

(C) 252.203-7002                Requirement to Inform Employees of Whistleblower Rights

(P) 252.203-7005                Representation Relating to Compensation of Former DoD Officials

(C) 252.204-7003                 Control Of Government Personnel Work Product

(P) 252.204-7008                Compliance With Safeguarding Covered Defense Information Controls

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

(C) 252.204-7012                Safeguarding Covered Defense Information and Cyber Incident Reporting

(C) 252.204-7015                Notice of Authorized Disclosure of Information for Litigation Support

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

(C) 252.223-7008                Prohibition of Hexavalent Chromium

(P) 252.225-7031                 Secondary Arab Boycott of Israel

(C) 252.225-7048                Export-Controlled Items

(C) 252.231-7000                Supplemental Cost Principles

(C) 252.232-7010                Levies on Contract Payments

(C) 252.237-7010                Prohibition on Interrogation of Detainees by Contractor Personnel

(C) 252.243-7001                Pricing of Contract Modifications.

(C) 252.244-7000                Subcontracts for Commercial Items

(C) 252.247-7023                Transportation of Supplies by Sea

Billing (G):

(C) 252.204-7006                Billing Instructions

(C) 252.232-7003                Electronic Submission of Payment Requests and Receiving Reports

(C) 252.232-7006                Wide Area WorkFlow Payment Instructions

*END CLAUSES*

This announcement will close at 12:00 PM ET local time on 12 June 2023. Contact Alyssa Cress who can be reached by email alyssa.a.cress.civ@us.navy.mil.

METHOD OF PROPOSAL SUBMISSION:  Offers shall be emailed. 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.

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.

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 provide your best and fastest schedule. Award may be made to the vendor who can accomplish the delivery in the shortest amount of time. Please confirm availability for both possible start dates and earliest available start if your company is unavailable for the requested period.

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:

CPARS/FAPIIS 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”.

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

AMENDMENT 01: This is to extend the solicitation close date from June 12, 2023 to June 21, 2023. 

Contact Information

Primary Point of Contact

Secondary Point of Contact





History