Closed Solicitation · DEPT OF DEFENSE

    N39040PSE2570- TMEP DH PORTSMOUTH NAVAL SHIPYARD

    Sol. N39040PSE2570Combined Synopsis/SolicitationPORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Oct 14, 2024
    POSTED
    Oct 7, 2024
    Publication date
    NAICS CODE
    532490
    Primary industry classification
    PSC CODE
    W043
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Department of the Navy, has issued a solicitation (RFQ number N39040PSE2570) for the rental of a DCCU Temporary Dehumidification Package at the Portsmouth Naval Shipyard in Kittery, Maine. This combined synopsis/solicitation is prepared in accordance with FAR Subpart 12 and utilizes Simplified Acquisition Procedures. The NAICS code for this opportunity is 532490, with a small business standard of $40 million, and it is open to all responsible bidders. Proposals must be submitted via email and are due by 3:00 PM

    Contract details

    Solicitation No.
    N39040PSE2570
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    October 7, 2024
    Response Deadline
    October 14, 2024
    NAICS Code
    532490AI guide
    PSC / Class Code
    W043
    Contract Code
    1700
    Primary Contact
    Gordon Roberts III
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    both

    Description

    This is a SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 SAM.GOV The Request for Quotation (RFQ) number is N39040PSE2570. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-07 and DFARS Change Notice 2024-1001. 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/browse/index/far    and   http://www.acq.osd.mil/dpap/dars/change_notices.html.

    The NAICS code is 532490 and the Small Business Standard is $40 million. This is solicitation is full and open competition solicitation.

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

    DCCU Temporary Dehumidification Package Rental. The Requiring activity for this requirement is The Portsmouth Naval Shipyard, Kittery Maine. Period of performance is:

    •             Place of Performance: The Portsmouth Naval Shipyard, Kittery Maine.

    •             Period of Performance: Delivery Required as Soon as Possible.

    .

    This announcement will close at 03:00 PM ET local time on 14 October 2024. Contact Gordon Roberts who can be reached by email Gordon.j.roberts14.civ@us.navy.mil

    METHOD OF PROPOSAL SUBMISSION:  Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.

    System for Award Management (SAM): Vendors 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), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

    CLAUSES:

    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 provisions and clauses are applicable to this procurement:

    52.204-7 System for Award Management

    52.204-8 Annual Representations and Certifications

    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.

    52.204-20 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

    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.

    52.204-26 Covered Telecommunications Equipment or Services – Representation (OCT 2020)

    52.204-27 Prohibition on a ByteDance Covered Application

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

    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 Products and Commercial Services

    52.212-3 Alt 1 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

    52.217-7 Option for Increased Quantity-Separately Priced Line Item.

    52.222-19 Child Labor-Cooperation with Authorities and Remedies

    52.222-21 Prohibition Of Segregated Facilities

    52.222-22 Previous Contracts and Compliance Reports

    52.222-25 Affirmative Action Compliance

    52.222-26 Equal Opportunity

    52.222-50 Combating Trafficking in Persons

    52.223-6 Drug-Free Workplace

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

    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 Subcontractors

    52.233-4 Applicable Law for Breach of Contract Claim

    52.247-34 F.O.B. Destination

    52.252-1 Solicitation Provisions Incorporated By Reference

    52.252-2 Clauses Incorporated By Reference

    52.252-5 Authorized Deviations in Provisions

    52.252-6 Authorized Deviations in Clauses

    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

    252.204-7003 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 Information

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

    252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation

    252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

    252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    252.225-7048 Export-Controlled 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

    252.243-7001 Pricing of Contract Modifications.

    252.244-7000 Subcontracts for Commercial Products or Commercial Services

    252.247-7023 Transportation of Supplies by Sea

    C-202-H001 Additional Definitions -Basic

    C-211-H018 Approval by the Government

    C-223-N002 Restrictions on use of Yellow Material

    C-247-H001 Permits and Responsibilities

    D-247-H002 Packing of Supplies—Basic

    D-247-H004 Marking and Packing List(s)

    D-247-W001 Prohibited Packing Materials

    E-246-H016 Inspection and Acceptance of F.O.B. Destination Deliveries

    F-211-W001 Partial Deliveries

    F-242-H001 Contractor Notice Regarding Late Delivery

    G-232-H002 Payment Instructions and Contract Type

    G-232-H004 Government Purchase Card Method of Payment

    G-232-H005 Supplemental Instructions Regarding Invoicing

    G-242-H001 Government Contract Administration Points-of-Contact Responsibilities

    G-242-H002 Hours of Operation and Holiday Schedule

    52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021)

    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. Quotes will be evaluated based on the criteria listed below.

    • Technical Acceptability
      • Must meet specifications and document capabilities
      • Adherence to schedule and soonest mobilization
    • Price (Lowest Price Technically Acceptable, after adherence to other factors)
    • Past Performance (vendors will reviewed using CPARS/FAPIIS for past performance)

    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 shall be cause for

    rejection of the quote for all line items.

    Technical:

    • Please provide documentation demonstrating your capabilities in fulfilling the SOW.
    • Schedule: Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule (mobilization from receipt of Notice to Proceed). Award may be made to the vendor who can provide the soonest execution

    Technical Evaluation Ratings

    Rating

    Description

    Acceptable

    Submission clearly meets the minimum requirements of the solicitation

    Unacceptable

    Submission does not clearly meet the minimum requirements of the solicitation

    If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.

    Price: The Price will be evaluated as Lowest Price Technically Acceptable

    Past Performance: Vendors will be reviewed by the Contracting Office using CPARS/FAPIIS for means of

    determining past performance.

    The Portsmouth Naval Shipyard intends to award this contract as a single award.

    ******* End of Solicitation ********

    Key dates

    1. October 7, 2024Posted Date
    2. October 14, 2024Proposals / Responses Due

    AI search tags

    Frequently asked questions

    N39040PSE2570- TMEP DH PORTSMOUTH NAVAL SHIPYARD is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.