Maine Bids > Bid Detail

Bulk Liquid Nitrogen Delivery for Thirteen (13) Tanks at PNSY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159400631223461
Posted Date: Oct 7, 2022
Due Date: Oct 19, 2022
Solicitation No: N3904023Q0001
Source: https://sam.gov/opp/9d942ac2ed...
Follow
Bulk Liquid Nitrogen Delivery for Thirteen (13) Tanks at PNSY
Active
Contract Opportunity
Notice ID
N3904023Q0001
Related Notice
N3904022PNSY1444
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 07, 2022 09:07 am EDT
  • Original Published Date: Oct 07, 2022 09:01 am EDT
  • Updated Date Offers Due: Oct 19, 2022 12:00 pm EDT
  • Original Date Offers Due: Oct 19, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 03, 2022
  • Original Inactive Date: Nov 03, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 13.5, 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 Governmentwide Point of Entry (GPE) https://sam.gov. The Request for Quotation (RFQ) number is N3904023Q0001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Change Notice 2022-0623. 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 https://www.acq.osd.mil/dpap/dars/change_notices.html.





The North American Industry Classification System (NAICS) is 325120. The small Business Size Standard is 1,000 employees. This requirement is being solicited as a Small Business Set Aside.





This requirement is for a firm fixed price contract for the deliveries of liquid nitrogen to approximately thirteen (13) tanks located inside the Controlled Industrial Area (CIA) at the Portsmouth Naval Shipyard (PNS) in Kittery, Maine 03904. The requirement is for one base year (11/20/2022-11/19/2023) with four (4) one (1) year options.





See attached Request for Quotation (RFQ) sheet for details.






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

  • Period of Performance: 11/20/2022-11/19/2023 with four (4) option years:








    • CLINs 0001 PoP 11/20/2022 – 11/19/2023

    • CLINs 1001 PoP 11/20/2023 – 11/19/2024.

    • CLINs 2001 PoP 11/20/2024 – 11/19/2025.

    • CLINs 3001 PoP 11/20/2025 – 11/19/2026.

    • CLINs 4001 PoP 11/20/2026 – 11/19/2027.







Attachments include:




  • Attachment 1 - RFQ N3904023Q0001

  • Attachment 2 - Statement of Work

  • Attachment 3 – Contract Data 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:





52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (Jan 2017)



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)



52.204-2 Security Requirements (Mar 2021)



52.204-7 System for Award Management (Oct 2018)



52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)



52.204-17 Ownership or Control of Offeror (Aug 2020)



52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-19 Incorporation by Reference of Representations and Certifications. (Dec 2014)



52.204-20 Predecessor of Offeror (Aug 2020)



52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)



52.204-22 Alternative Line Item Proposal (Jan 2017)



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)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Nov 2015)



52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016)



52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008)



52.211-15 Defense Priority And Allocation Requirements (Apr 2008)



52.211-17 Delivery of Excess Quantities (Sept 1989)



52.212-1 Instructions to Offerors--Commercial Items (Nov 2021)



52.212-2 Evaluation - Commercial Item (Nov 2021)



52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (May 2022) Alt-I (Oct2014)



52.212-4 Contract Terms and Conditions--Commercial Items (Nov 2021)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2022)



52.217-5 Evaluation of Options (Apr 1984)



52.217-7 Option for Increased Quantity-Separately Priced Line Item. (Mar 1989)



52.217-8 Option to Extend Services (Nov 1999)



52.217-9 Option to Extend the Term of the Contract (Mar 2000)



52.219-1 Alt I Small Business Program Representations (Sep 2021) Alt I ( Sept2015).



52.219-28 Post-Award Small Business Program Representation (Sep 2021)



52.222-3 Convict Labor (June 2003)



52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jan 2022)



52.222-21 Prohibition Of Segregated Facilities (Apr 2015)



52.222-26 Equal Opportunity (Sept 2016)



52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)



52.222-50 Combating Trafficking in Persons (Nov 2021)



52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (Jun 2020)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. (Dec 2016)



52.225-1 Buy American—Supplies (Nov 2021)



52.225-3 Buy American –Free Trade Agreements – Israeli Trade Act (Nov 2021)



52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Feb 2021)



52.225-5 Trade Agreements (Oct 2019)



52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)



52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020)



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)



52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (Apr 1984)



52.242-15 Stop-Work Order (Aug 1989)



52.246-4 Inspection of Services – Fixed Price



52.247-34 F.O.B. Destination (Nov 1991)



52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998)



52.252-2 Clauses Incorporated By Reference (Feb 1998)



52.252-5 Authorized Deviations in Provisions (Nov 2020)



52.252-6 Authorized Deviations in Clauses (Nov 2020)





NAVSEA Texts*



C-202-H001 ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018)



C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)



C-211-H017 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (DEC 2018)



C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)



C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)



C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)



C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)



D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018)



D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)



E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)



G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)



G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)



G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)



G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)



G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)



*For full text please contact the contract specialist listed below





Quoters should include a completed copy of 52.212-3 and its 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 (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)



252.204-7003 Control Of Government Personnel Work Product (APR 1992)



252.204-7006 Billing Instructions (OCT 2005)



252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident (OCT 2016)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019)



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018)



252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)



252.225-7001 Buy American and Balance of Payments Program. (JUN 2022)



252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022)



252.225-7031 Secondary Arab Boycott of Israel (JUN 2005)



252.225-7048 Export-Controlled Items (JUNE 2013)



252.231-7000 Supplemental Cost Principles (DEC 1991)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006 Wide Area Work Flow Payment Instructions (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013)



252.243-7001 Pricing of Contract Modifications (DEC 1991)



252.244-7000 Subcontracts for Commercial Items (JAN 2021)



252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (AUG 2016)



252.247-7023 Transportation of Supplies by Sea (FEB 2019)





52.212-2, Evaluation - Commercial Items is applicable to this procurement. (May 2022)





Award will be based upon best value to the Government. These factors include technical acceptability, adherence to schedule, and price.





Evaluation: The Government intends to make a single firm fixed price award to satisfy this requirement. Award will be made on the initial evaluation of quotes received in response to this RFQ. Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. The following factors will be used to evaluate quotes:





- Technical Acceptability (Must meet specifications and document capabilities)



- Adherence to Schedule (Period of Performance must be met)



- Price





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 PWS.





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.





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. Award may be made to the vendor who can provide the soonest execution.





Price:



All quotes must be the Contractor’s Best Pricing. The Government intends to evaluate quotes and award a contract without discussions. The vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary and in the best interest to the Government. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. Quotes shall provide pricing for each Contract Line Item Number (CLIN) with exception to CLINS that are not separately priced (NSP).





Past Performance:



PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.





SITE VISIT: A site visit is available on Thursday, October 13, 2022 at 09:00 am EST. All parties must submit requests to attend the site visit no later than 3:00 pm EST on Monday, October 10, 2022. Please submit requests via email to audrey.l.sciandra.civ@us.navy.mil





INDUSTRY Q&A: All questions must be submitted no later than October 13, 2022 at 4:00 pm EST. Questions submitted after October 13, 2022 at 4:00 pm EST may not receive a response. The Q&A responses shall be posted to this posting as an Amendment.





This announcement will close at 12:00 PM ET local time on 19 October 2022. Contact Audrey Sciandra by email at audrey.l.sciandra.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.









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






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


History

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 >