The RFP Database
New business relationships start here

Sanitary Tank Cleaning


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 in conjunction with FAR
Part 13, 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 (www.fbo.gov).
The RFQ number is N3904019Q0327. This solicitation documents and incorporates provisions and
clauses in effect through FAC 2019-03 and DFARS Change Notice 20190628. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 562998. The size standard
for NAICS Code 562998 is $7.5 million dollars.
Item Description Qty Unit of Issue
0001 Cleaning of Sanitary Tank #1 in accordance with attached Statement of Work. Period of
Performance, September 11, 2019 to October 30, 2019.
1 Job
0002 Cleaning of Sanitary Tank #2 in accordance with attached Statement of Work. Period of
Performance, September 11, 2019 to October 30 2019.
1 Job
FOB Delivery Destination / Place of Performance: Portsmouth Naval Shipyard, Kittery, ME
Period of Performance: 09/11/2019 - 10/30/2019
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
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-2 Security Requirements
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
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
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 Protecting the Government's Interest When Subcontracting
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
52.212-3 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
52.213-3 Notice to Supplier
52.216-1 Type of Contract: Firm Fixed Price
52.219-28 Post Award Small Business Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.223-11 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
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
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
52.252-1 Solicitation Provisions Incorporated by Reference
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 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
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 252.204-7007 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 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 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
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
NAVSEA Clauses:
C-202-H001 ADDITIONAL DEFINITIONS--BASIC
C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES
C-211-H001 ACCESS TO VESSELS
C-211-H018 APPROVAL BY THE GOVERNMENT
C-222-H001 ACCESS TO THE VESSEL(S)
C-223-H002 SAFETY, HEALTH AND FIRE REQUIREMENTS FOR SHIP REPAIR
C-223-H003 EXCLUSION OF MERCURY
C-223-H004 REMOVAL OF HAZARDOUS MATERIAL
C-223-N001 RADIOLOGICAL INDOCTRINATION, POSTINGS AND INSTRUCTIONS
C-223-W002 ON-SITE SAFETY REQUIREMENTS
C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL
C-233-H001 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT--BASIC
C-237-H002 SUBSTITUTION OF KEY PERSONNEL
C-247-H001 PERMITS AND RESPONSIBILITIES
D-211-H002 MARKING OF REPORTS
D-274-W001 PROHIBITED PACKING MATERIALS
E-246-H016 FOB DESTINATION DELIVERY INSPECTION AND ACCEPTANCE
F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY
F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE
G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND
RESPONSIBILITIES
G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE
G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS
This announcement will close on August 1, 2019 at 12:01 PM (EDT). Primary Point of Contact is Gisela
Gauthier via email at gisela.gauthier@navy.mil, or by phone at 207-438-3874 for questions regarding this
notice. Alternate POC is Michael Harris via email at michael.l.harris@navy.mil, or by phone at 207-438-
1358. Oral communications are not acceptable in response to this notice. Evaluation will be made to the
lowest priced, technically acceptable responsible vendor.
System for Award Management (SAM): Vendor 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/.
List of Attachments:
1. Statement of Work (SOW)
METHOD OF PROPOSAL SUBMISSION:
Quote(s) must be sent via email to gisela.gauthier@navy.mil.
Quote(s) shall include price(s), a vendor point of contact (including name, phone number and email
address), CAGE code, technical specifications of units offered, vendor's business size under NAICS Code
562998, and payment terms. Quotes over 15 pages in total will not be accepted by email. Response must
clearly indicate the capability of the vendor to meet all specifications and requirements.
******End of Combined Synopsis/Solicitation*****

Gisela Gauthier, Contracting Specialist, Phone 2074383874, Email gisela.gauthier@navy.mil - Michael L. Harris, Contract Specialist, Phone 2074381358, Email michael.l.harris11@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP