Posted: March 4, 2020, 7:14 a.m. EST
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 accordance 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 both BETASAM (http://www.beta.sam.gov) and NECO
(https://www.neco.navy.mil).
The Request for Quote (RFQ) number is N6883620Q0095. This solicitation documents
and incorporates provisions and clauses in elect through FAC 2019-02 and DFARS
Publication Notice 20190531. 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
333318 and the Small Business Standard is 1000. The proposed firm-fixed price,
requirements contract is other than full and open competition, sole source to Aqua
Chem, INC. The Small Business Office concurs with this determination.
The NAVAL SUPPLY SYSTEMS COMMAND (NAVSUP), FLEET LOGISTICS CENTER (FLC)
JACKSONVILLE, FLORIDA requests responses from qualified sources capable of
providing the following line items:
- TUBES (P/N: 938-07554-000) 1,528ea
- ORIFICE (P/N: 048-07523-000) 2ea
- ROD Demister STG 1 & 2 (P/N: 067-07944-000) 56ea
- ROD Demister STG 3 (P/N: 067-07945-000) 32ea
- ROD Demister STG 4 (P/N: 067-07946-000) 72ea
- ROD Demister STG 5 (P/N: 067-07947-000) 68ea
- ROD Demister STG 6 (P/N: 067-07948-000) 68ea
- PLUG, SPRT O-RING (P/N: 158-07707-000) 41ea
- PLUG, SPRT O-RING (P/N: 158-07707-000) 16ea
- GSKT, F.F. (P/N: 032-10000-000) 2ea
- GSKT, T.S. (P/N: 032-10488-000) 6ea
- GASKET ASSY, WATERBOX (P/N: 452-08001-000) 6ea
- STUD (P/N: 007-08000-000) 208ea
- CAP SCREW (P/N: 868-01046-000) 152ea
- NUT, HEX (P/N: 869-00272-000) 628ea
- GSKT, CHAN (P/N: 032-10494-000) 8ea
- ZINC, ZRN (P/N: 067-00103-000) 48ea
- ZINC, ZRN (P/N: 067-00105-000) 48ea
The Contractor shall provide delivery of all parts by no later than to May 5, 2020.
The Delivery Address of all parts is SERMC activities at the following location:
SERMC BLDG 191 DOOR 10E Supply ST
Naval Station Mayport
Southeast Regional Maintenance Center (SERMC)
Mayport, FL 32228
ATTN: Robert Hallstein
The following FAR and DFARS provisions and clauses are applicable to this
procurement:
CLAUSES INCORPORATED BY REFERENCE
52.204-7
System for Award Management
52.204-13
System for Award Management Maintenance
52.204-16
Commercial and Government Entity Code Reporting
52.204-18
Commercial and Government Entity Code Maintenance
52.204-19
Incorporation by Reference of Representations and Certifications
52.204-21
Basic Safeguarding of Covered Contractor Information Systems
52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment
52.204-25
Prohibition on Contracting for Certain Telecommunications and Video Surveillance
Services or Equipment
52.212-3
Offer 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
52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards
52.219-28
Post Award Small Business Program Representations
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
52.222-50
Combating Trafficking in Persons
52.223-18
Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13
Restrictions on Certain Foreign Purchases
52.232-33
Payment by Electronic Funds Transfer System for Award Management
52.233-3
Protest After Award
52.219-1
Small Business Program Representations
52.223-5
Pollution Prevention and Right-to-Know Information
52.225-25
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran Representation and Certifications
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
252.203- 7000
Requirements Relating to Compensation of Former DoD Officials
252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003
Item Unique Identification Valuation
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
252.225-7001
Buy American and Balance of Payments Program--Basic
252.225-7012
Preference for Certain Domestic Commodities
252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
252.204-7017
Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services--Representation
252.213-7000
Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past
Performance Evaluations
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23
Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab and Other covered Entities
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
52.219-6
Notice of Total Small Business Set-Aside
52.219-28
Post-Award Small Business Program Representation
52.222-19
Child Labor Cooperation with Authorities and Remedies
52.225-1
Buy American Act--Supplies
52.225-3
Buy American Free Trade Agreements-Israeli Trade Act
52.233-4
Applicable Law for Breach of Contract Claim
CLAUSES INCORPORATED BY FULL TEXT
ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT
2015)
Offerors shall only submit a signed quote by the solicitation closing that 1) shows the
Offeror is not taking exception to any solicitation term; 2) includes the Representations
and Certifications contained in the provisions; and 3) includes unit prices and total
prices for all line items and sub line items for which the Navy is soliciting a price.
Offerors shall submit the following information with quote:
1. A statement that the Offeror does not take exceptions to any solicitation
term.
OFFERORS SHOULD NOT SUBMIT ANY ADDITIONAL INFORMATION WITH THEIR
QUOTE.
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
Award Consideration
- The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government will award on the basis of price unless the Contracting Officer is aware of past performance information related to the low price quote which indicates that quote may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes, conduct a price, past performance tradeoff, and award to other than the lowest price quote.
- Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
- A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the
same force and effect as if they were given in full text. Upon request, the Contracting
Officer will make their full text available. Also, the full text of a solicitation provision may
be accessed electronically at this/these address(es):
FAR Provisions: http://acquisition.gov/far/
DFARS Provisions: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
(End of Provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
FAR Clauses: http://acquisition.gov/far/
DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
THE FOLLOWING NAVSUP LOCAL TEXT IS HEREBY MADE PART OF THE STATEMENT OF WORK/PERFORMANCE WORK STATEMENT.
AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER
- Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract.
- The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.
- The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Contracting Officer ADDRESS: 110 Yorktown Ave, 3rd Floor, Jacksonville, FL 32212 TELEPHONE: 904-790-4495
This announcement will close at 7 A.M. EST on Wednesday March 5, 2020. The Point of Contact is Ya ynel Yambo, who can be reached at yaynel.yambo1@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.