Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

W -- Competitive Procurement for Crane Services - Mobile crane for daily use on San Clemente Island, CA

Notice Date
1/13/2021 10:23:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-21-Q-6116
 
Response Due
1/21/2021 1:00:00 PM
 
Archive Date
02/05/2021
 
Point of Contact
Adina Conwell, Contract Specialist, Phone: 619-553-5829
 
E-Mail Address
adina.conwell1@navy.mil
(adina.conwell1@navy.mil)
 
Description
Amend 002 - Two (2) Questions and Answers (Q&A) posted: Q1: Want to confirm the meaning by 'on the cradle,' and if the cradle weight needs to be added to the payload weight? A1: For security reasons photos are not available so please refer to the following words: We have two items that will need to be lifted by the crane: Item-1, referred to here as the 'payload,' weighs approximately 14,239 pounds. Item-2, referred to here as the 'cradle,' weighs approximately 6,100 pounds. The cradle is designed to support and secure the 'payload' during transport and storage on the pier. The phrase 'on the cradle' means the 'payload' is fully supported by the cradle structure. The two items, 'payload' and 'cradle,' will never be lifted simultaneously. Then will only be lifted, individually. Q2: 8 hrs./day during both daytime and nighttime. Does that mean there are 2 � 8hr shifts, or be prepared to work either? A2: 8 hours - means a total of eight hours in 24 hours. ____________________________________________________________________________________ Amend 001 - Five (5) Questions and Answers (Q&A) posted: Q1) What is the radius that the crane will need to hoist the 14,239# and 6,000# cradle? A1) Approximately 30 feet for the 14,239-lb load. Approximately 20 feet for the 6,000-lb load. Q2) Will you be furnishing a qualified rigger? A2) Please include an option to include the cost of rigging (by crane company) or if NIWC Pacific can use their own qualified riggers. Q3) Do you have pier width dimensions? A3) Yes. The crane work area at the end of the pier is approximately 52 feet wide. The causeway out to the crane work area is approximately 17 feet wide. Q4) Are there maximum pier loading specs for crane pontoons? A4) Yes, there is a maximum pier loading spec for crane pontoons. See attachment. As you can see from the attachment, NOTS Pier is designed to support a 50 Ton mobile crane with a maximum single outrigger load of 112 k pounds (112,000 pounds). Q5) Can the contractor conduct a site survey? A5) Yes, as long as the project has a way of reimbursing the contractors travel & labor expenses. ____________________________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-21-Q-6116. The North American Industry Classification System (NAICS) code applicable to this acquisition is 532490, NAICS Other Commericial and Industrial Machinery and Equipment Rental and Leasing and the small business size standard is $35.0 million. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire crane services to provide a mobile crane for daily use at the NOTS Pier on San Clemente Island. For this testing, we require daytime and nighttime crane operations at San Clemente Island. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO.DESCRIPTIONQUANTITYUNIT OF ISSUE 0001Crane Services 1 LOT The expected Period of Performance for this effort is: 02 March 2021 � 18 March 2021. The anticipated place of performance for the effort is San Clemente Island. For this testing, we require daytime and nighttime crane operations at San Clemente Island. OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is 'None' or 'Not applicable,' explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2.Technical Documentation: a.Technical Approach or Specifications: Please see the attached Statement of Work (SOW), specifically paragraph 3.0 Service Requirements to define a clear and concise description of the crane service requirements. The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3.Price Quote: Submit complete pricing for each individual item listed in the 'DESCRIPTION OF REQUIREMENTS' Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure the following are included in the pricing: (a) Crane fuel, insurance, and cost of emissions (b) Anticipated lodging total price while at San Clemente Island, CA 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: Please see the attached Statement of Work (SOW), specifically paragraph 3.0 Service Requirements to define a clear and concise description of the crane service requirements. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: NONE Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8.5 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 19 January 2021 at 1:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-21-Q-6116. Include RFQ# N66001-21-Q-6116 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 21 January at 1:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-21-Q-6116 E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Adina M. Conwell at adina.conwell1@navy.mil. Reference RFQ# N66001-21-Q-6116 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1.Statement of Work 2.CRANE LIFT DIAGRAM 3.NOTS PIER STRUCTURAL DRAWING 4.Wage Determination APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-09 which can be found at https://www.acquisition.gov/browse/index/far, and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20201130 which can be found at https://www.acq.osd.mil/dpap/dars/change_notices.html. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), applies to this acquisition. An addendum to the clause adding paragraphs (w) and (v) is shown below. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL ITEMS (w) Clauses Incorporated by Reference. (1) Subparagraph (w)(2) below incorporates one or more clauses by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. Also, you may access the full text of a clause electronically at these addresses: Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following clauses and provisions are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (October 2020)** FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (October 2020)** FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7004, DoD Antiterrorism Awareness Training for Contractors (Feb 2019) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019)** DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019)** 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) DFARS 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements (Nov 2020) DFARS 2520204-7020, NIST SP800-171 DOD Assessment Requirements (Nov 2020) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) * DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7974, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea�Basic (Feb 2019) ** These clauses require fill-in representations by the offeror before award. (v) Authorized Deviations in Clauses. (1) 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. (2) 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 addendum) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (August 2020)** FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.219-6, Notice of Total Small Business Aside (DEVIATION 2019-O0003) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2019) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2019) FAR 52.222-37, Employment Reports on Veterans (Jun 2019) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: The following additional FARS & DFARS clauses, incorporated by reference, apply to this solicitation: FAR 52.237-1, Site Visit (April 1984) DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Apr 2020) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Report (Dec 2019) DFARS 252.222-7999, Combating Race and Sex Stereotyping (Deviation 2021-O0001) DFARS 252.246-7008, Sources of Electronic Parts (May 2018) **The Government reserves the right to add/remove clauses on the resulting purchase order, in accordance with applicable regulations and statutes **
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1e519aa61b1f4110ba8dcbe1273cde52/view)
 
Record
SN05891203-F 20210115/210113230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.