The RFP Database
New business relationships start here

Gaylord Hood Maintenance


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 format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The solicitation number for this procurement is N3904017T0203 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20161222.

The North American Industry Classification System (NAICS) is 811310. The small Business Size Standard is $7.5M and this solicitation is a SOLE SOURCE. Portsmouth Naval Shipyard intends to negotiate and award a contract with Kitchen Klean on a sole source basis. (Sole Source Justification attached)

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.  Send to: christina.ellis@navy.mil ;

The contractor shall provide the following services in accordance with the attached Statement of Work (SOW):

-Gaylord Hood Maintenance on barges at Portsmouth Naval Shipyard

(See attached RFQ and Statement of Work (SOW) documents)

 

Delivery:

Services to take place at Portsmouth Naval Shipyard, Kittery ME. Period of Performance will be 6/10/17-06/09/18 for the base year, with two option years with the potential to extend through 06/09/20.

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 provision and clauses are applicable to this procurement:

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representation (Jan 2017)

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-7, System for Award Management (July 2013)

52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)

52.204-13, System for Award Management (SAM) Maintenance (Oct 2016)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

52.204-17, Ownership or Control of Offeror (Jul 2016)

52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.204-20, Predecessor of Offeror (Jul 2016)

52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)

52.204-22, Alternative Line Item Proposal (Jan 2017)

52.209-2, Prohibition on Contracting With Inverted Domestic Corporations – Representation (Nov 2015)

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)

52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)

52.212-2, Evaluation - Commercial Item (Oct 2014)

52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Jan 2017)

52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017)

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2017)

52.219-28, Post Award Small Business Program Representation (Jul 2013)

52.222-3, Convict Labor (Jun 2003)

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)

52.222-21, Prohibition of Segregated Facilities (Apr 2015)

52.222-26, Equal Opportunity (Sep 2016)

52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)


52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).


52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).

52.222-50, Combating Trafficking in Persons (Mar 2015)


52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)

52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997)

52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)

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

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

52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015)

52.232-33, Payment by Electronic Funds Transfer – System for Award Management (Jul 2013)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.233-3, Protest After Award (Aug 1996)

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

52.242-15, Stop-Work Order (Aug 1989)

52.247-34, F.O.B. Destination (Nov 1991)

52.252-2, Clauses Incorporated by Reference (Feb 1998)

Offerors shall include a completed copy of 52.212-3 and it’s ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016)

DFARS 252.204-7000, Disclosure of Information (Oct 2016)

DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)

DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014)

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)

DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) – Statistical Reporting in Past Performance Evaluations (Jun 2015)

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)

DFARS 252.225-7048, Export Controlled Items (Jun 2013)

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013)

DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)

This announcement will close at 2:00 PM ET on Thursday, 05/01/2017. Contact Christina Ellis at 207-438-2189 or email Christina.ellis@navy.mil. Oral communications are not acceptable in response to this notice.

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 represents the lowest technically acceptable offer. Quotes will be evaluated based on the following criteria:

- Technical Acceptability

- Price

System for Award Management (SAM): Vendors must be registered in the SAM database to get the 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 and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

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


Christina Ellis, Phone 2074382189, Email christina.ellis@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP