Maine Bids > Bid Detail

Combo Work/Storage Conex

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159581356288177
Posted Date: Apr 19, 2023
Due Date: May 4, 2023
Solicitation No: N3904023Q0125
Source: https://sam.gov/opp/dd76c12c24...
Follow
Combo Work/Storage Conex
Active
Contract Opportunity
Notice ID
N3904023Q0125
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 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: Apr 19, 2023 09:55 am EDT
  • Original Published Date: Apr 19, 2023 08:49 am EDT
  • Updated Date Offers Due: May 04, 2023 06:00 pm EDT
  • Original Date Offers Due: May 04, 2023 06:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 05, 2023
  • Original Inactive Date: Jun 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component 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 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 N3904023Q0125. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Change 6/23/2022. 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



https://www.acquisition.gov/dfars



http://www.acq.osd.mil/dpap/dars/change_notices.html.






  • The NAICS code is 332311 and the Small Business Standard is 750 (# of employees). This is a 100% Small Business Set-Aside solicitation.





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





0001 CONEX BOX PERSONNEL SHELTER



One (1) 20’ insulated, temperature controlled Work/Storage Combination Container in accordance with the attached Statement of Work and Attachment 1.



0002 Data Requirements



Data Requirements for Line Item 0001 in accordance with Exhibit A and Attachment 1 to Exhibit A





See attached Request for Quotation (RFQ) and Attachments for details.



• Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.



• Required Delivery Date: January 1, 2024





METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil. 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/email, 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. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.





Submitted questions may be answered and posted to SAM.gov, potentially extending the solicitation close-date.



Evaluation



The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote is determined to be the most advantageous to the government. Quotes will be evaluated based on the following criteria:





1. Technical Acceptability (Must meet specifications and document capabilities)



2. Past Performance



3. Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)



4. Price





Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.



1. Technical:



Please provide documentation demonstrating your capabilities in fulfilling the SOW. For evaluation purposes, offerors shall provide all literature required by Section 3.15 “Technical Data to be Provided” of the Statement of Work. If no information is provided, your quotation may be determined to be unacceptable.



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.





2. Past Performance:



The Government may consider past performance information obtained from sources including Federal, State and local Government agencies, better business bureaus, published media and electronic databases including, but not limited to, Contractor Performance Assessment Reporting System (CPARS), the Product Data Reporting and Evaluation Program (PDREP), and the Supplier Performance Risk System (SPRS).



The Proposal of an Offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous proposal to the Government. In this instance, the offeror will receive a rating of "Unknown Confidence" in the past performance factor.



The aggregate of each Offeror’s Past Performance data will result in an assessed overall confidence rating.



3. 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. If no vendor can meet the requested schedule, award may be based on quickest mobilization.



4. Price:



The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.





This announcement will close at 6:00 PM ET local time on 4th of May, 2023. Contact Tom Fuller who can be reached by email thomas.g.fuller17.civ@us.navy.mil





******* 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

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 >