Search Contract Opportunities

DCCU/Chiller Portsmouth Naval Shipyard, Kittery, ME

ID: N3904021Q0040 • Type: Synopsis Solicitation

Description

Posted: Nov. 17, 2020, 3:12 p.m. EST

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart

13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on beta.sam.gov.

The solicitation number for this procurement is N3904021Q0040 and is a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-09, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2020/10/01. 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 this address:

http://www.acq.gov

The North American Industry Classification System (NAICS) code is 532490 and the small Business Size Standard is $35 million. This requirement will be a Total Small Business Set Aside.

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: jonathan.copp@navy.mil

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

CLIN 0001 10,000 CFM DCCU PC-01 per Statement of Work POP 3/24/2021-3/23/2022

CLIN 0002 60 Ton Chiller package PC-02 - PC-12 per Statement of Work POP 3/24/2021-10/23/2021

CLIN 0003 Training on the Set up and Operation of all Equipment Per the Statement of Work

CLIN 0004 Maintenance per the Statement of Work POP 3/24/2021-3/23/2022

CLIN 1001 Option 10,000 CFM DCCU PC-01 per Statement of Work POP 3/24/2022-11/23/2022

CLIN 1002 Option 60 Ton Chiller package PC-02 - PC-12 per Statement of Work POP 4/5/20/22-11/4/2022

CLIN 1003 Option Maintenance per the Statement of Work POP 3/24/2022-11/23/2022

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:

C-202-H001 Additional Definitions Basic (Navsea) (Oct 2018)

C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Oct 2018) C-211-H018 Approval by the Government (Navsea) (Jan 2019)

C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019)

C-223-H004 Management And Disposal Of Hazardous Waste C-247-H001 Permits and Responisbilites (Navsea) (Dec 2018)

D-247-H002 Packaging Of Supplies Basic (Navsea) (Oct 2018)

D -247-H004 Marking And Packing List-Basic (NAVSEA) (Oct 2018)

D-247-W001 Prohibited Packing Materials (NAVSEA) (Oct 2018)

E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (NAVSEA) (Oct 2018)

F-247-N002 Instruction For Deliveries To The Portsmouth Naval Shipyard (NAVSEA) (Mar 2019)

G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (NAVSEA) (Jun 2018)

G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) (Jan 2019)

G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (NAVSEA) (Oct 2018)

G-242-H002 Hours of Operation and Holiday Schedule (Navsea) (Oct 2018)

G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018)

H-223-N001 Information On Exposure To Hazardous Material

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

52.204-7 System for Award Management

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 and Other Covered Entities

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Please fill out attached form and include completed form in your bid)

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

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

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

52.209-11 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 **This Award Will Be Made To The Lowest Price, Technically Acceptable Offer**

52.212-3 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

52.217-8 Option to Extend Services

52.217-9 Option to Extend the Term of the Contract

52.219-1 Alt Small Business Program Representations

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor Cooperation with Authorities and Remedies

52.222-21 Prohibition Of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Equal Opportunity for Workers with Disabilities

52.223-3 Hazardous Material Identification and Material Safety Data

52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving

52.225-13 Restrictions on Certain Foreign Purchases

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions

52.232-18 Availability of Funds

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 Subcontractor

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim 52.236-13 Accident Prevention--Alternate I

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 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: http://www.acq.gov

52.252-6 Authorized Deviations In Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7003 Control Of Government Personnel Work Product

252.204-7006 Billing Instructions

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.223-7001 Hazard Warning Labels

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7031 Secondary Arab Boycott of Israel.

252.225-7048 Export-Controlled Items

252.231-7000 Supplemental Cost Principles.

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

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

252.243-7001 Pricing of Contract Modifications.

252.244-7000 Subcontracts for Commercial Items

252.247-7023 Transportation of Supplies by Sea

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:

  • Technical Acceptability (Must meet specifications and document capabilities)
  • Price (Lowest Price Technically Acceptable, after adherence to other factors)

Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items may be cause for rejection of the quote for all line items.

This announcement will close at 12:00 PM EST on 1 December 2020.

Contact Jonathan Copp at 207- 994-0701 or email Jonathan.copp@navy.mil . Oral communications are not acceptable in response to this notice.

System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

Submit Completed RFQ Form as Quote and Supply Specification Sheets for all Quoted Equipment.

****** End of Combined Synopsis/Solicitation ********

Posted: Nov. 10, 2020, 11:33 a.m. EST

Overview

Response Deadline
Dec. 1, 2020, 12:00 p.m. EST Past Due
Posted
Nov. 10, 2020, 11:33 a.m. EST (updated: Nov. 17, 2020, 3:12 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Kittery, ME 03904 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
68% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/10/20 Naval Sea Systems Command issued Synopsis Solicitation N3904021Q0040 for DCCU/Chiller Portsmouth Naval Shipyard, Kittery, ME due 12/1/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532490 (SBA Size Standard $40 Million) and PSC 4440.
Primary Contact
Name
Jonathan Copp   Profile
Phone
(207) 994-0701

Documents

Posted documents for Synopsis Solicitation N3904021Q0040

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation N3904021Q0040

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N3904021Q0040

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N3904021Q0040

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PORTSMOUTH NAVAL SHIPYARD GF
FPDS Organization Code
1700-N39040
Source Organization Code
500022126
Last Updated
Dec. 16, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 16, 2020