The RFP Database
New business relationships start here

Clean, Remediate and Repurpose Room


Maine, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, under the guidance of FAR Subpart 6.302 - Circumstances Permitting Other Than Full and Open Competition 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 FEDBIZOPPS (http://www.fbo.gov).  The Request For Quote (RFQ) number is N39040P500B240.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222.  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:  http://www.acq.osd.mil/dpap/dfars/index.htm and www.acqnet.gov/far. The NAICS code is 561790 and the Small Business Standard is 7.5 million dollars.  The proposed contract is 100% set aside for Woman Owned Small Businesses.  Quoters must be registered in the SAM.gov database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.


 


The Portsmouth Naval Shipyard requests responses from capable sources capable of cleaning, remediating and repurposing a 18' x 22' x 14' high room previously used for grinding and welding of hazardous materials including lead and cadmium at Portsmouth Naval Shipyard, Kittery, ME  03904. 


 


Period of performance:  Within 30 days of date of contract.  Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.  Contractor is to provide all tools and equipment required to perform this requirement. 


 


CLIN 0001:  In accordance with the attached Statement of Work, Cleaning, Remediating and Repurposing subject Room.

 


PLEASE NOTE:  SITE VISIT


 

A pre-quote Site Visit will be held at Portsmouth Naval Shipyard, Kittery, ME for potential contractors to survey the logistics and environment prior to submitting their quotes.  It is highly recommended that all potential bidders attend.  The pre bid conference will be held on Friday, April 21, 2017 at 09:00 AM EST; ALL ATTENDEES to be met at the Visitors Pass Office.  This includes those who may already have access to Portsmouth Naval Shipyard.  If interested in attending, contractors shall submit the following information to Gisela Gauthier (gisela.gauthier@navy.mil) no later than 12:00 on Friday, April 14, 2017:

 

Attendee's Name, Company being represented, Cell Phone Number and State of Residence


 


Contractors are prohibited from carrying cameras and laptops to the site visit, including camera-equipped cell phones to the site visit.  Those items will need to be secured within their vehicles.  Contractors should be able to walk approximately one mile in each direction from the Visitor's Pass Office to the installation area, and back; parking is very limited.


 


Contractors are responsible for their travel costs to Portsmouth Naval Shipyard (PNS), Kittery, ME.  Attendees are strongly encouraged to contract the Visitor's Pass Office prior to the site visit to ensure they will be in possession of the proper credentials to be admitted entry at the time of the site visit.  The Visitors Pass Office can be reached at 207-438-2235.Contractors must stop at the Pass/ID Office and provide a valid Driver's License, valid registration and proof of insurance.  PNS will perform a background check.  It is recommended contractors allow up to 1 hour to complete the background check at the Visitors Pass Office prior to the start of the site visit. 


 


NOTE:  A criminal background is grounds for base access denial.  If Contractor has any access questions, call 207-438-2235.

 

 

The following FAR provisions and clauses are applicable to this procurement: 


  

52.204-7, System for Award Management

52.212-1, Instructions to Offerors - Commercial Items;

52.212-2, Evaluation - Commercial Items

52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;

**52.212-4, Contract Terms and Conditions - Commercial Items,

**52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)

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

52.219-6, Notice of Small Business Set Aside

52.219-28, Post Award Small Business Program Representation

52.222-3, Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010)

52.222-41, Service Contract Labor Standards

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-50, Combating Trafficking in Persons

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-11, Ozone Depleting Substances

52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)

52.225-13, Restriction on Foreign Purchases

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

52.232-39, Providing Accelerated Payments to Small Business Subcontractors

52.232-40, Unforceability of Unauthorized Obligations

52.233-3, Protest After Award

52.223-4, Applicable Law for Breach of Contract Claim


52.204-11, Alternative Line Item Proposal


52.204-13 System For Award Management Maintenance


52.204-19, Incorporation by Reference of Representations and Certifications


52.204-21, Basic Safeguarding of Covered Contractor Information Systems


52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations


52.211-15 Defense Priority and Allocation Requirements


52.222-62, Paid Sick Leave Under Executive Order 13706


52.222-55, Minimum Wages Under Executive Order 13658

52.225-13, Restriction on Foreign Purchases

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

           Iran-Representation and Certification


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


52.232-36, Payment by Third Party


52.232-39, Providing Accelerated Payments to Small Business Subcontractors


52.232-40, Unforceability of Unauthorized Obligations

52.237-1, Site Visit

52.237-2, Protection of Government Buildings, Equipment and Vegetation

52.242-15, Stop-Work Order

52.242-17, Government Delay of Work


52.247-34, F. O. B. Destination


52.252-2, Clauses Incorporated by Reference


52.252-6, Authorized Deviations in Clauses


52.253-1, Computer Generated Forms


 


DFARS 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


252.204-7004, Alternate A, System For Award Management


252.204-7012, Safeguarding of Unclassified Controlled Technical Information


252.204-7015, Disclosure of Information to Litigation Support Contractors


252.211-7007, Reporting of Government Furnished Property


252.223-7008, Prohibition of Hexavalent Chromium


252.225-7048, Export Controlled Items


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


252.244-7000, Subcontracts for Commercial Items


252.247-7023, Transportation of Supplies by Sea

 

** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference in FAR 52.212-5)

 


VENDOR ACCESS TO PORTSMOUTH NAVAL SHIPYARD (C7F518)


 


Vendor access to Portsmouth Naval Shipyard:  No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard and adjacent areas.  Proof of citizenship may be required.  Entrance of foreign nationals requires approval.  (Ref: SECNAVINST 5510.34)


 


 


SAFETY/SECURITY (C7F519)


 


SAFETY:  All representatives who have a need to enter the Controlled Industrial Area, or other areas specifically designated as safety hazardous, should provide themselves with safety head wear to be worn while in the area.


 


Vendors and/or subcontractors performing work on vendor-owned or government-owned plant facilities and equipment shall ensure that all OSHA safety regulations are followed.  Prior to working on the Portsmouth Naval Shipyard, all vendors shall view the Code 106 safety video. 


 


SECURITY:  Commercial vehicles (automobiles) must have conspicuous contractor (company) identification (such as magnetic door-type signs) affixed to the outside of the vehicle if it is to enter the Controlled Industrial Area.


 


OSHA HEALTH & SAFETY CLAUSE (C7F520)


 


Vendors preparing specifications, designs or drawings for design, modification or procurement of plant facilities and equipment shall ensure that the appropriate OSHA criteria are included.  OSHA regulations must be met except when more stringent Navy requirements apply.


 


RESTRICTIONS ON USE OF YELLOW MATERIAL  (C7F521)


 


Yellow colored items such as those described below are of special significance within the Shipyard and are subject to strict controls.  Accordingly, contractors shall not use yellow or orange-yellow colored materials for the following purposes: protective clothing, hoods, sheeting, tarpaulins, polyethylene bottles or other containers, tapes, bags, banding, identification marks on tools, boundary markers, ribbons, vent ducts, etc.  Contractor generated yellow colored waste shall be disposed of by the Contractor off-yard.  Shipyard refuse containers shall not be used for disposal of yellow colored waste materials.  Yellow colored contract generated debris shall be bagged in non-translucent containers, and promptly removed from the Portsmouth Naval Shipyard.


 


RADIOLOGICAL INDOCTRINATION (C7F522)


 


All Contractor employees performing work within the Portsmouth Naval Shipyard must view a radiological video.  Contractor employees who are expected to be on the Shipyard for greater than thirty (30) calendar days must attend a one-half hour indoctrination briefing.  Attendance at the briefing will be required prior to being issued a permanent Shipyard badge.  The indoctrination briefing will provide radiological fundamentals and information on radiological postings and controls at the Portsmouth Naval Shipyard.


 


RADIOLOGICAL POSTINGS AND INSTRUCTIONS (C7F523)


 


Any contractor employee who disregards, alters, moves or otherwise tampers with a radiological posting, or who disobeys a radiological instruction, will not be allowed to continue working at the Portsmouth Naval Shipyard.


 


REMOVAL OF HAZARDOUS MATERIAL (C7F526)


 


All contractors, vendors or repair personnel shall be responsible for removal from the Portsmouth Naval Shipyard, any appliances, bulbs, lamps or other devices which they replace that contain hazardous chemicals or materials.


 

 

CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD


 


Consign Parcel Post shipments to Portsmouth, NH  03801.


 


Consign all truck shipments, and rail shipments of 10,000 lbs. and over to Kittery, Maine via Portsmouth, NH.  Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine. 


Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions.  Telephone (207) 438-5521/5206".


 


NOTICE:  CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.


 

Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday.  (Federal Holidays excepted.)

 

Contracting Officer's point of contact is:

 

Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil

Fax:  207-438-4193

 

CORRESPONDENCE:

 

For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1.  Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:

 

Contract Division, Code 410

EB-4

Portsmouth Naval Shipyard

Kittery, ME 03904

 

CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD


 


Consign Parcel Post shipments to Portsmouth, NH  03801.


 


Consign all truck shipments, and rail shipments of 10,000 lbs. and over to Kittery, Maine via Portsmouth, NH.  Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine. 


 


Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions.  Telephone (207) 438-5521/5206".


 


NOTICE:  CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.


 

Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday.  (Federal Holidays excepted.)

 

Contracting Officer's point of contact is:

 

Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil

Fax:  207-438-4193

 

CORRESPONDENCE:

 

For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:

 

Contract Division, Code 410

EB-4

Portsmouth Naval Shipyard

Kittery, ME 03904

 

FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery and price.  The relative importance of the factors is as follows:  Past performance is more important than price; price is more important than delivery time.

 

The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter.  The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government.  Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance.  However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters.  The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance.  The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ.  The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.

 

 

This notice will close at 16:00 PM EDT on April 28, 2017. Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency.


 


Gisela Gauthier, Phone 2074383874, Fax 2074384193, Email gisela.gauthier@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP