Hawaii Bids > Bid Detail

F108 - Flightline Fire Extinguisher Disposal

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159315479892928
Posted Date: Jul 14, 2023
Due Date: Jul 24, 2023
Solicitation No: N0060423Q4074
Source: https://sam.gov/opp/a1d99d1433...
Follow
F108 - Flightline Fire Extinguisher Disposal
Active
Contract Opportunity
Notice ID
N0060423Q4074
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
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: Jul 14, 2023 02:44 pm EDT
  • Original Date Offers Due: Jul 24, 2023 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562112 - Hazardous Waste Collection
  • Place of Performance:
    Federal Fire Department, Fire Extinguisher Bldg, 226 Fort Kamehameha Road, Bldg 3039, Joint Base Pearl Harbor H, HI 96818
    USA
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under 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 to the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and SAM.gov at https://www.sam.gov.

The RFQ number is N0060423Q4074. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication Notice 20230609.
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 562112 and the Small Business Standard is 47 Million dollars. This requirement will be 100 percent set-aside for small business concerns. The Small Business Office concurs with this acquisition strategy.

The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing fire extinguisher disposal services for the Commander, Navy Region Hawaii (CNRH) Federal Fire (FedFire) Department in accordance with Attachment 1- Performance Work Statement.

CLIN 0001 - QTY: 1 Group - Flightline Fire Extinguisher Disposal

Period of Performance: 30 days from award date

Attachment 1 - Performance Work Statement
Attachment 2 - Wage Determination 1996-0223 (Rev-59)
Attachment 3 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

Questions shall be submitted electronically to liane.pekelo-passmore.civ@us.navy.mil.
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4074 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 10:00 AM HST (Hawaii Standard Time) on 19 July 2023. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.

A complete quote in response to this Combined Synopsis/Solicitation shall include a completed Attachment 3 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) if the quoters Reps and Certs are not current in SAM.gov.

The following FAR provision and clauses are applicable to this procurement:

52.204-7        System for Award Management        OCT 2018
52.204-13        System for Award Management Maintenance OCT 2018
52.204-16        Commercial and Government Entity Code Reporting AUG 2020
52.204-18        Commercial and Government Entity Code Maintenance AUG 2020
52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021
52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.212-1        Instructions to Offerors - Commercial Products and Commercial Services NOV 2021
52.212-3        Offeror Representations and Certifications - Commercial Products and Commercial Services--Alternate I OCT 2014
52.212-4        Contract Terms and Conditions - Commercial Products and Commercial Services DEC 2022
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Products and Commercial Services MAR 2023
52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-25        Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021
52.209-10        Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.219-6         Notice of Total Small Business Set-Aside NOV 2020
52.219-28        Post-Award Small Business Program Representation OCT 2022
52.222-3        Convict Labor JUNE 2003
52.222-21        Prohibition of Segregated Facilities APR 2015
52.222-26        Equal Opportunity SEP 2016
52.222-36        Equal Opportunity for Workers with Disabilities JUN 2020
52.222-41        Service Contract Labor Standards AUG 2018
52.222-42        Statement of Equivalent Rates for Federal Hires MAY 2014
52.222-50        Combating Trafficking in Persons NOV 2021
52.222-55        Minimum Wages Under Executive Order 13658 JAN 2022
52.222-62        Paid Sick Leave Under Executive Order 13706 JAN 2022
52.223-11        Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons JUN 2016
52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020
52.223-20        Aerosols JUN 2016
52.223-21        Foams JUN 2016
52.232-33        Payment by Electronic Funds Transfer - System for Award Management        OCT 2018
52.232-39        Unenforceability of Unauthorized Obligations JUN 2013
52.232-40        Providing Accelerated Payments to Small Business Subcontractors NOV 2021
52.233-3        Protest after Award AUG 1996
52.233-4        Applicable Law for Breach of Contract Claim OCT 2004
52.216-20        Definite Quantity OCT 1995
52.216-21        Requirements OCT 1995
52.219-6         Notice of Total Small Business Set-Aside NOV 2020

Additional contract terms and conditions applicable to this procurement are:

252.203-7000        Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002        Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005        Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003        Control of Government Personnel Work Product        APR 1992
252.204-7015        Notice of Authorized Disclosure of Information for Litigation Support JAN 2023
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 MAY 2021
252.204-7018        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7024        Notice on the use of the Supplier Performance Risk System MAR 2023
252.223-7008        Prohibition of Hexavalent Chromium JAN 2023
252.225-7048        Export-Controlled Items JUN 2013
252.225-7055        Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
252.225-7972        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015) MAY 2020
252.225-7973        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation. (DEVIATION 2020-O0015) MAY 2020
252.232-7003        Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006        Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010        Levies on Contract Payments DEC 2006
252.237-7010        Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023
252.239-7098        Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites - Representation (DEVIATION 2021-O0003) APR 2021
252.244-7000        Subcontracts for Commercial Products and Commercial Services APR 2012
252.247-7023        Transportation of Supplies by Sea-Basic JAN 2023

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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(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):

https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of clause)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

This announcement will close at 10:00 AM HST (Hawaii Standard Time) on 24 July 2023.Quotes shall be submitted electronically via email to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.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.

Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of price and responsibility.

Price: Quoters shall submit a price for services required in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).

Technical: The Quoters technical acceptability will be evaluated against the requirements in the Performance Work Statement.
The submission of a quote shall mean that the Quoter does not take any exceptions to the Performance Work Statement requirements.

Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: SAM, Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS).

Issuance of a purchase order.
The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received.
It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.

SAM: Quoters 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.
Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation *******
Attachments/Links
Links
Display Name Updated Date
See Solicitation N0060423Q4074 (opens in new window) Jul 14, 2023
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 14, 2023 02:44 pm 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 >