This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under 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.
The Request for Quotation (RFQ) number is N62742-19-Q-1801. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-03 (07-12-2019) and DFARS Publication 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 these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541620 and the Small Business Standard is $15,000,000 average annual receipts over the past three years. This acquisition is advertised on an unrestricted basis. The Small Business Office concurs with this decision.
The proposed contract action is for commercial services for which Naval Facilities Engineering Command Pacific (NAVFAC Pacific) intends to solicit and negotiate a firm-fixed price Purchase Order with Sea Engineering, Inc (SEI) under the authority of FAR 13.106(b), Soliciting from only one source for purchases not exceeding the simplified acquisition threshold. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals, however, all bids, proposals, or quotations received by closing date will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses received to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The anticipated work completion date is June 30, 2020. Location of the work is Hickam Harbor, located immediately adjacent to the east side of the Pearl Harbor entrance channel on the south shore of Oahu, Hawaii. The objectives are to proceed with the implementation of Sea Engineering, Inc. recommended improvements from 2012 Beach/Shoreline Loss Mitigation Engineering Study of the Seawall at Hickam Harbor report. To support this effort, the contractor shall a) verify that the 2012 recommended plan elements are still valid and feasible and b) develop the functional concept design for the beach improvement plan in sufficient detail (e.g. size, materials, quantities, footprints, etc.) to support regulatory coordination with reasonable expectation that the project will not change significantly in scale and scope during the final detailed design and preparation of construction drawings and specifications.
Unless otherwise specified in the order, the Contractor is responsible for the performance of all inspection requirements and quality control.
The following FAR provision and clauses are applicable to this procurement:
52.212-1 Instructions to Offerors - 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.
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
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions
252.227-7013 Rights in Technical Data - Noncommercial Items
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
This announcement will close at 3:00 p.m. Hawaii Standard Time on July 25, 2019. Submit quotes via email at casey.sugihara@navy.mil and kristopher.tom@navy.mil. Contact Kristopher Tom via email at kristopher.tom@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
SUBMISSION REQUIREMENTS:
a. Brief description of the methodology of conducting the work
b. Detailed price quote with complete price breakdown
c. Completed copy of 52.212-3, attached
System for Award Management (SAM). Quoters 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/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
ATTACHMENTS:
1. Statement of Work
2. SCA WD 2015-5691 Rev 8 dtd 12-26-2018
3. FAR 52.212-3, -4, and -5 (Full Text verions)
Casey Sugihara, Contract Specialist, Phone 8084717130, Email casey.sugihara@navy.mil - Kristopher Tom, Contracting Officer, Phone 808-474-6476, Email kristopher.tom@navy.mil