California Bids > Bid Detail

Lease a temporary electric powered steam boiler

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159730165819796
Posted Date: Oct 26, 2022
Due Date: Nov 10, 2022
Solicitation No: N30904022PSE1978
Source: https://sam.gov/opp/7906d2cc33...
Follow
Lease a temporary electric powered steam boiler
Active
Contract Opportunity
Notice ID
N30904022PSE1978
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 26, 2022 10:59 am EDT
  • Original Date Offers Due: Nov 10, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W045 - LEASE OR RENTAL OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    San Diego , CA 92106
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6 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 N3904022PSE1978 and is a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-07, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20220826. 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:



http://farsite.hill.af.mil/vmfara.htm http://www.acq.osd.mil/dpap/dars/change_notices.html.





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: lorna.maglathlin@navy.mil





The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing at Point Loma,



San Diego, CA.





Rental contract of (1) one electric powered steam boiler flush steam boiler per the attached statement of work.



Period of performance December 15, 2022 – February 22, 2023.



Option February 23, 2023 – March 22, 2023





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-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 Responsibilities (Navsea) (Dec2018)



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)



H-223-N001 Information on Exposure to Hazardous Material



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



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



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



52.222-21 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 52.232-33 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



52.233-3 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(es): http://farsite.hill.af.mil/vmfara.htm



52.252-6 Authorized Deviations in Clauses





Quoters shall include a completed copy of 52.212-3 and it’s 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, November 10, 2022. Contact Lorna Maglathlin at lorna.maglathlin@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 Attached RFQ Form









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


Attachments/Links
Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 26, 2022 10:59 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >