1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and additional notice will not be issued. This Acquisition shall be set aside for Small Business.
2. Solicitation N32253-19-Q-0074 is being issued as a Request for Quotes (RFQ) for a Firm-Fixed-Price contract for the Preventive Maintenance of Security Engineered Machinery (SEM) Disintegrator Model 23/5 VK located at Pearl Harbor Naval Shipyard & IMF IAW the Performance Work Statement (PWS).
3. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR).
4. This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 811310 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $7.5 million.
5. Priced CLIN's - 1 base year plus 3 option years. (See attached solicitation document)
6. Description of service: See attached solicitation document.
7. Requested Period of Performance: See attached solicitation document.
8. FAR Clauses 52.212-1, 52.212-2 and 52.212-4 apply to this procurement. For the exact text and wording of clauses and provisions please see http://www.acquisition.gov. The following addenda apply to these clauses: 52.212-1 - the NAICS code is listed in paragraph # 4 above.
9. FAR Clause 52.212-5 applies to this procurement. A completed copy is attached showing the applicable clauses.
10. Offers are due on August 29, 2019 no later than 12:00 PM Hawaii Time.
11. Scope of Work: Please see attached solicitation document.
12. The solicitation is issued via Internet only on Feb Biz Opps Website at http://www.fbo.gov. It is the contractors' responsibility to check the above-listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date.
13. Quotes will be evaluated as follows:
1. Price & Delivery
- Instruction: Vendor to provide lowest possible price and including additional
costs.
- Parameters: Lowest price quoted when compared against all quotes received.
2. Technically capability of the item offered to meet Government requirements
- Instructions: to confirm that they can provide material in accordance with item
description and drawing. If not able to confirm that product can be produced
identically to item description & drawing, vendor to provide data/spec sheet &
capability statement.
- Parameters: Spec sheet and capability statement will be evaluated by the
customer for review and acceptance. If deemed unacceptable, a justification
will be provided to vendor.
3. Past Performance
- Instruction: Complete page three of the solicitation with all available
information and return a signed copy to confirm that all information provided is
valid and current.
- Parameters: 13.106-2(b)(3)(ii)(C) The Government wide Past Performance
Information Retrieval System (PPIRS) at www.ppirs.gov as well as Suppliers
Performance Risk System (SPRS) will be reviewed using the vender cage code
and the FSC for the contract. Past performance will be determined to be
acceptable if vender's supplier risk score (according to the SPRS/PPIRS report)
is in or above the "Green"; any score below green will be determined as
unacceptable. lack of past performance will not be evaluated favorably or
unfavorably. And, in the context of acceptability/unacceptability, a neutral rating
shall be considered "acceptable".
14. a) When submitting invoices please ensure that the business name on the
invoice matches the legal business name in the System for Award Management
(SAM) record and not the Doing Business As (DBA) Name. Failure to ensure that
the legal business name on the invoice and the legal business name in the SAM
record match could delay the processing of the invoice and may result in the
invoice being rejected.
b) Invoices shall be submitted via Wide Area WorkFlow (WAWF).
c) Place of Performance:
Pearl Harbor Naval Shipyard and IMF
Port Royal St. BLDG 14. Code990/Shop55
Pearl Harbor HI 95860-5033
d) Only a warranted Contracting Officer (either a Procuring Contracting Officer
(PCO), or an Administrative Contracting Officer (ACO)), acting within their
delegated limits, has the authority to issue modifications or otherwise change
the terms and conditions of this contract. If an individual other than the
Contracting Officer attempts to make changes to the terms and conditions of this
contract you shall not proceed with the change and shall immediately notify the
Contracting Officer.
Lyndon Paloma, Purchasing Agent, Phone 80847380006836, Email lyndon.paloma@navy.mil