See attached SOW.
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items.
This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-24-Q-0087. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition. NAICS Code 541330 Engineering Services is applicable and business size is $25.5 Million. The solicitation will start on the date this solicitation is posted and will end on 25 February 2025 4:00 PM Pacific Standard Time.
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.
Requirements
**************************************************************************
NAVSUP FLC San Diego require topside covers to prevent corrosion.
Refer to statement of requirements for full detail.
Qty. See attached SOW
Period of Performance:
One year starting on contract award date.
Delivery: FOB Destination.
Inspection and acceptance: At Destination by the Government.
Contract Type: Order/ Contract resulting from this solicitation will be Firm Fixed Price (FFP).
Requiremnets
See Attached SOW.
End
This solicitation documents and incorporates provisions and clauses in effect through the latest FAC and DFARS change notices. 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
Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 220.
Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006.
Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to jason.a.pelle.civ@us.navy.mil received no later than 21 February 2025 3:00:00 PM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation.
THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT.
It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government.
REVIEW OF AGENCY PROTESTS
The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).
Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.
The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official".
Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.
UNIT PRICES
Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments are permitted unless specifically authorized at the time of award.
WAGE DETERMINATION
WD 2015-5635 (Rev.26) and posted on sam.gov is he to view the San Diego County, CA Wage Determination-please visit https://beta.sam.gov
PROVISIONS INCORPORATED BY REFERENCE
52.203-11
Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
SEP 2007
Only for $150k+
52.204-7
System for Award Management
OCT 2018
52.204-16
Commercial and Government Entity Code Reporting
JUL 2019
52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
DEC 2019
52.209-11
Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FEB 2016
52.211-6
Brand Name or Equal
AUG 1999
When brand name or equal products
52.212-1
Instructions to Offerors—Commercial Items (CD 2018-O0018)
JUN 2020
52.212-2
Evaluation—Commercial Items
OCT 2014
52.212-3
Offeror Representations and Certifications—Commercial Items
JUN 2020
52.217-3
Evaluation Exclusive of Options
APR 1984
Remove if no options
52.217-5
Evaluation of Options
JUL 1990
Remove if no options
52.252-5
Authorized Deviations in Provisions
APR 1984
252.203-7005
Representation Relating to Compensation of Former DoD Officials
NOV 2011
252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
OCT 2016
252.204-7016
Covered Defense Telecommunications Equipment or Services--Representation
DEC 2019
252.204-7017
Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
DEC 2019
252.213-7000
Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
SEP 2019
252.219-7012
Competition for Religious-Related Services
APR 2018
Religious Services Only
252.225-7973
Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
MAY 2020
252.225-7974
Representation Regarding Persons that have Business Operations with the Maduro
Regime (DEVIATION 2020-O0005)
FEB 2020
252.239-7009
Representation of Use of Cloud Computing
SEP 2015
For IT Services
252.239-7017
Notice of Supply Chain Risk
FEB 2019
For IT Supply and/or Services
CLAUSES INCORPORATED BY REFERENCE
52.203-12
Limitation on Payments to Influence Certain Federal Transactions
JUN 2020
Only for $150k+
52.203-19**
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
JAN 2017
52.204-9
Personal Identity Verification of Contractor Personnel
JAN 2011
Only if vendor will have routine access to Federal facility or Information system.
52.204-10*
Reporting Executive Compensation and First-Tier Subcontract Awards
JUN 2020
Only for $30k+
52.204-13
System for Award Management Maintenance
OCT 2018
52.204-18
Commercial and Government Entity Code Maintenance
AUG 2020
52.204‐19
Incorporation by Reference of Representations and Certifications.
DEC 2014
When following procedures other than commercial procedures (FAR Part 12).
52.204-23**
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
JUL 2018
52.204-25**
Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
AUG 2019
52.209-6*
Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
JUN 2020
Only for $35k+
52.209-10***
Prohibition on Contracting with Inverted Domestic Corporations
NOV 2015
52.212-4
Contract Terms and Conditions—Commercial Items
OCT 2018
52.212-5
Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items
NOV 2020
CD 2018-0021
52.217-9
Option to Extend the Term of the Contract
MAR 2000
Remove if no options
52.219-4
Notice of Price Evaluation Preference for HUBZone Small Business Concerns (CD 2020 O0008)
Keep if using full an open competition
52.219-6
Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008)
Keep if small bus setaside
52.219-14
Limitations on Subcontracting.
MAR 2020
Keep if small bus setaside
52.219-28*
Post-Award Small Business Program Rerepresentation
JUN 2020
52.219-33*
Non-Manufacturer Rule (Deviation 2020-O0008)
Remove if not a manufacturing or supply NAICS and setaside.
52.222-3*
Convict Labor
JUNE 2003
52.222-19*
Child Labor—Cooperation with Authorities and Remedies (CD 2020-O0019)
52.222-21*
Prohibition of Segregated Facilities
APR 2015
52.222-26*
Equal Opportunity
SEP 2016
52.222-35*
Equal Opportunity for Veterans
JUN 2020
Only if over $150k or relief efforts for Coronavirus
52.222-36*
Equal Opportunity for Workers with Disabilities
JUN 2020
Only if over $15k or relief efforts for Coronavirus
52.222-37*
Employment Reports on Veterans
JUN 2020
Only if over $150k
52.222-50*
Combating Trafficking in Persons
JAN 2019
52.223-18*
Encouraging Contractor Policies to Ban Text Messaging While Driving
JUN 2020
52.225-13*
Restrictions on Certain Foreign Purchases
JUN 2008
52.226-4*
Notice of Disaster or Emergency Area Set-Aside
NOV 2007
When local area set-aside
52.226-6*
Restrictions on Subcontracting Outside Disaster or Emergency Area
NOV 2007
When local area set-aside
52.232-33*
Payment by Electronic Funds Transfer—System for Award Management
OCT 2018
52.232-18
Availability of Funds
APR 1984
52.232-36*
Payment by Third Party
MAY 2014
Only if paying by credit card
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
DEC 2013
52.233-3**
Protest after Award
AUG 1996
52.233-4**
Applicable Law for Breach of Contract Claim
OCT 2004
52.247-34
F.o.b. Destination
NOV 1991
IF FOB is destination
52.245-1
Government Property
JAN 2017
In all purchase orders for repair, maintenance, overhaul, or modification of Government property
52.245-9
Use and Charges
APR 2012
Only if 52.245-1 is included.
52.252-2
Clauses Incorporated by Reference
FEB 1998
When following procedures other than commercial procedures (FAR Part 12)
52.252-6
Authorized Deviations in Clauses
APR 1984
252.201-7000
Contracting Officer's Representative
DEC 1991
Only if COR is anticipated.
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
SEP 2011
252.203‐7002
Requirement to Inform Employees of Whistleblower Rights
SEP 2013
252.204-7004
DoD Antiterrorism Awareness Training for Contractors
FEB 2019
When routine access to Federal facility is needed.
252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting
DEC 2019
Do not use if COTS items.
252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
MAY 2016
252.204-7018
Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DEC 2019
252.204-7020
NIST SP 800-171 DoD Assessment Requirements.
NOV 2020
Do not use if COTS items.
252.204-7021
Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement.
NOV 2020
Do not use if COTS items.
252.211-7003
Item Unique Identification and Valuation
MAR 2016
Use only for supplies or services furnishing supplies.
252.211-7007
Reporting of Government-Furnished Property
AUG 2012
Keep only if using FAR 52.245-1, Government Property.
252.211-7008
Use of Government-Assigned Serial Numbers
Sep 2010
Only if 252.211-7003 is used and is required that vendor mark major end items.
252.222-7999
Combating Race and Sex Stereotyping (DEVIATION 2021-O0001)
Use if 52.222-26, Equal
Opportunity is included.
252.223-7008
Prohibition of Hexavalent Chromium
JUN 2013
252.225-7001
Buy American and Balance of Payments Program--Basic
DEC 2017
Use clause, UNLESS: Acquired via 6.302-3, requires require domestic or qualifying country end products, an exception applies i.e. non-availability, used outside US, an alternate clause applies.
252.225-7036
Buy American—Free Trade Agreements--Balance of Payments Program--Basic
DEC 2017
When equal to or above $100K
and Less than $180K
252.225-7036
Buy American—Free Trade Agreements--Balance of Payments Program--Alternate I
DEC 2017
When equal to or above $25K
and Less than $83,099K
252.225-7036
Buy American—Free Trade Agreements--Balance of Payments Program--Alternate IV
DEC 2017
When equal to or above $83,099K
and Less than $100K
252.225-7048
Export-Controlled Items
JUNE 2013
252.225-7972
Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.227-7015
Technical Data--Commercial Items
FEB 2014
Only if deliver technical data pertaining to commercial items, components, or processes.
252.227-7037
Validation of Restrictive Markings on Technical Data
SEP 2016
Use only if 252.227-7015 or 252.227-7013 is included.
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
DEC 2018
252.232-7006
Wide Area WorkFlow Payment Instructions
DEC 2018
Remove if not WAWF
252.232-7009
Mandatory Payment by Governmentwide Commercial Purchase Card
MAY 2018
Remove if not credit card
252.232-7010
Levies on Contract Payments
DEC 2006
Above micropurchase
252.232-7017
Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
APR 2020
252.239-7010
Cloud Computing Services
OCT 2016
For IT Services
252.243-7001
Pricing of Contract Modifications
DEC 1991
252.244-7000
Subcontracts for Commercial Items
JUN 2013
252.246-7003
Notification of Potential Safety Issues
JUN 2013
Only for repairs and maintenance
252.246-7004
Safety of Facilities, Infrastructure, and Equipment for Military Operations
OCT 2010
Only for repairs, maintenance and facilities
252.246-7008
Sources of Electronic Parts
MAY 2018
Electronics only
252.247-7023
Transportation of Supplies by Sea--Basic
FEB 2019
252.247-7028
Application for U.S. Government Shipping Documentation/ Instructions
JUN 2012
When shipping under Bills of Lading and domestic route orders under FOB Origin, Export Traffic Release, or foreign military sales.
CLAUSES INCORPORATED BY FULL TEXT
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award on the basis of price and technical, unless the contracting officer is aware of past performance information related to the low price quote/offer which indicates that quote/ offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes/ offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer.
(b) 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 obligate the Government to exercise the option(s).
(c) 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 Clauses/Provisions.
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.
Quotation information may be submitted via email. Submit responses to: jason.a.pelle.civ@us.navy.mil Reference solicitation number: N00244-25-Q-0087 on all documents and requests for information. Quotes must be received no later than 25 February 2025 4:00 PM Pacific Standard Time