The RFP Database
New business relationships start here

Hydraulic Offload/Onload - Point Loma, San Diego, CA


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 FAR Subpart 12.6, 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 FEDBIZOPPS. The RFQ number is N3904018Q0171. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-93 and DFARS Change Notice 2016-1104. 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/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html.

 
The NAICS code is 562211 and the Small Business Standard is $38,500,000.00. This is an UNRESTRICTED solicitation. The Portsmouth Naval Shipyard (PNS), Kittery, Maine requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet):


***This is a sole source solicitation to OilKleen, Inc. under FAR 19.1406. No other quotes will be accepted. None of the exclusions in FAR 19.1404 exist***

 





0001



Hydraulic Oil Provisioning, In Accordance With Statement of Work (SOW).



 



 



 





 



Offload 4500 gallons of TEP 2190 Oil.

 

Period of Performance: 3/28/18 - 4/6/18.



1 Job



 



 





 



Offload 500 gallons of 2075 TH Oil.

 

Period of Performance: 3/28/18 - 4/6/18.



1 Job



 



 





 



Initial fill 4000 gallons of new petroleum based TEP 2190 Oil.

 

Period of Performance: 5/13/18 - 6/4/18.



4000 Gallons



 



 





 



Initial fill 500 gallons of new petroleum based 2075 TH.

 

Period of Performance: 5/13/18 - 6/4/18.



500 Gallons



 



 





 



Supplemental fill of new petroleum based TEP 2190 Oil.

 

Period of Performance: 10/22/18 - 11/2/18.



1 Job



 



 





 



Supplemental fill of new petroleum based 2075 TH.

 

Period of Performance: 10/22/18 - 11/2/18.



1 Job



 



 





 



 



 



 



 





 



 



 



SUM TOTAL QUOTE



 





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:

 52.203-3, Gratuities

52.203-6, Restrictions on Subcontractor Sales to the Government

52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.203-12, Limitation on Payments to Influence Certain Federal Transactions

52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of

Whistleblower Rights

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

52.204-7, System for Award Management

52.204-8, Annual Representations and Certifications

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

52.204-19, Incorporation by Reference of Representations and Certifications

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

52.209-6, Protecting the Government's Interest When Subcontracting

52.209-7, Information Regarding Responsibility Matters

52.209-10, Prohibition on Contracting With Inverted Domestic Corporations

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use

52.211-15, Defense Priority and Allocation Requirements

52.212-1, Instructions to Offerors - Commercial Items;

52.212-2, Evaluation - Commercial Item

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

52.216-1 Type of Contract: Firm Fixed Price

52.217-5, Evaluation of Options

52.217-9, Option to Extend the Term of the Contract, 15 days with 30 day notification

52.219-1, Small Business Program Representation

52.219-6, Notice of Total Small Business Set-Aside

52.219-8, Utilization of Small Business Concerns

52.219-28, Post Award Small Business Representation

52.222-3, Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-35, Equal Opportunity for Veterans

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-37, Employment Reports on Veterans

52.222-40, Notification of Employee Rights Under the National Labor Relations Act

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

52.225-13, Restriction on Foreign Purchases

52.225-25, Prohibition on Contracting

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

52.242-15, Stop-Work Order

52.244-6, Subcontracts for Commercial Items

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

Offerors shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

 DFARS 252.201-7000, Contracting Officer's Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7003, Agency Office of the Inspector General

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7004 Alt A, System for Award Management

DFARS 252.204-7006, Billing Instructions

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 252.204-7011, Alternative Line Item Structure

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

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

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 Items

DFARS 252.247-7023, Transportation of Supplies by Sea

DFARS 252.247-7024, Notification of Transportation of Supplies by Sea


This announcement will close at 4:00 PM Eastern Standard Time (EST) on March 20, 2018. Contact Anthony Barker by email at anthony.barker@navy.mil, by phone at 207-438-1946. Oral communications are not acceptable in response to this notice.


Instructions to Offerors:

 Addendum To 52.212-1 "Instructions To Offerors - Commercial Items"

 I. GENERAL

 In addition to FAR 52.212-1, "Instructions to Offerors - Commercial Items" and any other instructions contained elsewhere in this solicitation, the following information is provided:

Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable.

IMPORTANT NOTES:

(1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the combined synopsis solicitation.

(2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote.

(3) Responses should be submitted via email only

(4) Please review all specifications carefully, and make note of all lifting and handling requirements, and all base access requirements.

II. CONTENT OF QUOTE

RFQ pricing and information pages completed by the vendor.

Acknowledgement of solicitation amendments (if not previously acknowledged).

Technical Submission to include:

Submission of technical information demonstrating compliance with the specifications, including, but not limited to:

The details of any/all exceptions taken to the specification.

The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto.

An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable.

 

Evaluation Criteria:

 

52.212-2 Evaluation--Commercial Items (Oct 2014)

The quotation shall consist of two (2) parts: (1) Technical Acceptability, and (2) Price Information. Award will be made to the lowest priced, technically acceptable offeror. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications and provisions of the solicitation. Vendors are reminded to submit technical description as specified in FAR 52.212-1(b)(4). 

Quotations will be evaluated as follows:

 1. Technical Acceptability

2. Price

 

(1) TECHNICAL ACCEPTABILITY

Quotations submitted by each vendor will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

 





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.

 (2) PRICE

The vendor shall submit one (1) signed copy of the completed RFQ, and if applicable, executed copy of Amendments. The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for sixty (60) days.

Vendors shall include pricing for all line items listed. Failure to do this shall be cause for rejection of the quote for all line items.

Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.

SELECTION: The Government intends to evaluate quotations and issue an award using the procedures of FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The Government shall select the vendor whose quotation is the Lowest Price Technically Acceptable to the Government, considering price and technical compared to other quotations. The Government reserves the right to not issue an award if it is not in the best interest of the Government to make an award. The Government reserves the right to make award based on ability to meet delivery schedule identified in Attachment 1.

Attachments:

(1) N3904018Q0171 Request for Quote, includes specifications within RFQ

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/.

METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via the following methods in order of preference:

1) Email to anthony.barker@navy.mil;

2) Fax to 207-438-4193, or;

3) Mail to:

Contracting and Logistics Department

ATTN: Anthony Barker, Contract Specialist

Portsmouth Naval Shipyard, Code 410

Portsmouth, NH 03801

 

All Offerors are requested to fill out Attachment #1, RFQ Form # N3904018Q0171, in its entirety. No deviation from the Statement of Work is authorized.

All quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 562211, and payment terms. Offerors are requested to submit the applicable Equipment Data Sheets/Specifications for the rental equipment it proposes to provide. Quotes over 15 pages in total 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 ********


Anthony J. Barker, Phone 2074381946, Email anthony.barker@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP