Amendment V
The purpose of this modification is to clarify the due date of the Jar Testing Procedures. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
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 the Simplified Procedures for Certain FAR 13.5, 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 both Beta SAM Contract Opportunities and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060420Q4049 This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Publication Notice 2020-06-05. 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 325998 â Other miscellaneous chemical manufacturing and the Small Business Standard is 500 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the decision.
The NAVSUP Fleet Logistics Center Pearl Harbor intends to award a Firm-Fixed Price (FFP), Single Award Indefinite Delivery Requirements (IDR) type contract for the following:
CLIN 0001 â Liquid Cationic Polymer (Ordering Period September 21st, 2020 thru September 20th, 2021) â See Table A provided below for the salient characteristics.
Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes.
CLIN 1001 â Liquid Cationic Polymer (Ordering Period September 21st, 2021 thru September 20th, 2022) â See Table A provided below for the salient characteristics. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes.
CLIN 2001 â Liquid Cationic Polymer (Ordering Period September 21st, 2022 thru September 20th, 2023) â See Table A provided below for the salient characteristics. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes.
CLIN 3001 â Liquid Cationic Polymer (Ordering Period September 21st, 2023 thru September 20th, 2024) â See Table A provided below for the salient characteristics.
Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes.
CLIN 4001 â Liquid Cationic Polymer (Ordering Period September 21st, 2024 thru September 20th, 2025) â See Table A provided below for the salient characteristics. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes.
TABLE A
Technical Performance Factors Acceptable Performance Threshold
1. Settling Rate Not less than 500 ml after 30 minutes
2. Turbidity and Clarity Not greater than 6 NTU
3. Floc Formation Not less than 1.8â
4. pH Range (Polymer) 6 to 8
5. Charge Density 50 mol% or greater
6. Molecular Weight >1000000
7. Able to Treat Wastewater Within pH Range 6 to 8
8.
Able to Treat Wastewater with Chloride Content 5000 to 6000 mg/L
Delivery Instructions:
The Contractor shall provide a projected yearly estimate of 40 totes (11,000 gallons) of polymer, delivered in tote-bins that hold 275 gallons. The estimated delivery per month is three to four 275-gallon tote bins.
(a) The quantity identified in each order shall be delivered to Building 1342, Waste Water Treatment Plant, Fort Kamehameha, JBPHH, HI 96860 within seven (7) calendar days of receipt of the individual order.
(b) An MSDS and a certificate of shelf life shall accompany each shipment. Material supplied shall have at least six months of shelf life remaining per tote-bin.
(c) All delivered totes shall be from the same manufacturerâs lot.
(d) The Contractor shall be responsible for the removal and disposal of empty-tote-bin(s) at time of delivery.
(e) Government forklift and operator will be available to assist in offload at delivery site.
Jar Testing Procedures:
A separate quote shall be provided for every sample submitted for testing. Technical acceptability will be dependent upon results of a jar test. Quoters seeking to supply the Government shall, at the vendorâs expense, submit a minimum of 100 mL but not greater than 250 mL liquid sample in a waterproof/leak proof container delivered to the address and POC listed below:
NAVFAC Hawaii
Building 44
400 Marshall Road
Pearl Harbor, HI 96860
Attn: RANDY KAWAMURA
SAMPLES N0060420R4049
Each sample shall be clearly marked with the corresponding quote number, manufacturerâs name, product model and/or manufacturer part number.
Technical performance of the product shall be determined by the following factors listed in Table A. Products that meet all of the technical performance thresholds listed in Table A below will be determined to be technically acceptable. A jar test will be conducted using the ASTM 2035-13 procedures. All samples are due by Tuesday, September 8th, 2020 and samples will not be returned.
Written Orders:
If written orders are placed, they will contain the following information consistent with the terms of the contract:
(a) Date of order;
(b) Contract number and order number;
(c) Requisition number;
(d) Item number and description, quantity ordered, unit price and contract price;
(e) Place of delivery or performance (including consignee);
(f) Packaging, packing, and shipping instructions if any required;
(g) Accounting and appropriation data;
(h) Inspection invoicing and payment provisions to the extent not covered in the contract; and any other pertinent information.
ORAL ORDERS (INDEFINITE DELIVERY CONTRACTS):
Oral orders may be placed provided the following conditions are complied with:
(a) No oral order will exceed $150,000 or such lesser amount as may be specified elsewhere in the schedule of this contract.
(b) The contractor will furnish with each shipment a delivery ticket, in triplicate, showing: contract number, order number under the contract; date order was placed, name and title of person placing order; an itemized listing of supplies or services furnished; unit price and extension of each item; and, delivery or performance date.
(c) Invoices for supplies or services furnished in response to oral orders will be accompanied with a received copy of each related delivery ticket.
(d) The ordering activity shall designate in writing the names of individuals authorized to place oral orders and will furnish a copy thereof to the contractor.
(e) Written confirmation of oral orders will be issued as a means of documenting the oral order within ten (10) working days or oral orders will be confirmed twice a month, in writing, when more than one oral order is consolidated for a single confirmation.
PAYMENT BY GOVERNMENT CREDIT CARD:
The following is incorporated in accordance with FAR 52.232-36, âPayment by Third Party.â The method of payment for this contract or for orders under this contract will be by government purchase card.
(a) The contractor shall submit invoices to the following:
NAVFAC ENGINEERING COMMAND HAWAII
400 MARSHALL ROAD, BLDG 44
PEARL HARBOR, HI 96860
In addition, a copy of the invoice shall be provided via email to the government purchase cardholder identified in the list of Government Purchase Card Holders, which will be provided annually.
When ready to ship supplies or upon completion of service performance, the contractor shall call the above cited purchase cardholder to obtain the required purchase card information.
(b) The contractor shall not charge the credit card until after performance/shipment takes place.
52.216-19 Order Limitations:
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of $40,000.00;
(2) Any order for a combination of items in excess of $80,000.00; or
(3) A series of orders from the same ordering office within 07 calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 07 days after issuance, with written notice stating the Contractorâs intent not to ship the item (or items) called for and the reasons.
Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
Ordering Authority:
Any supplies and services to be furnished under this contract shall be ordered either through MAXIMO, or by issuance of task orders by the individuals or activities designated in the Schedule. Task orders may be issued from the date of award through four years after award if all option periods are exercised, or until all orders are complete so long as the order was made prior to the end of the ordering period. Orders may only be issued by the following activities:
For MAXIMO Orders:
NAVFAC Hawaii
Code 444
Pearl Harbor, Hawaii
For Written Orders:
Fleet Logistics Center
Regional Contracting Department
Pearl Harbor, Hawaii
For Oral Orders:
Fleet Logistics Center
Regional Contracting Department
Pearl Harbor, Hawaii
*A list of individuals who have ordering authority will be provided as an attachment at the time of award and annually or otherwise as required.
Only warranted individuals will have ordering authority under this contract.
Guaranteed Minimum: The guaranteed minimum amount is $2,500.00 for this contract. The minimum will be funded with the issuance of the first task order. The minimum guarantee applies to the base period only.
The following FAR provisions and clauses are applicable to this procurement:
52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
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
52.204-18 Commercial and Government Entity Code Maintenance
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 of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Governmentâs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-7 Information Regarding Responsibility Matters
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to OfferorsâCommercial Items
52.212-3 Offeror Representations and CertificationsâCommercial Items
52.212-3 Offeror Representations and CertificationsâCommercial Items--Alternate I
52.212-4 Contract Terms and ConditionsâCommercial Items
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersâCommercial Items
52.216-18 Ordering
52.216-19 Order Limitations
52.216-22 Indefinite Quantity
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-8 Utilization of Small Business Concerns
52.219-9 Small Business Subcontracting Plan
52.219-16 Liquidated Damages - Subcontracting Plan
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child LaborâCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-50 Combating Trafficking in Persons
52.222-54 Employment EligibilityVerification
52.223-3 Hazardous Material Identification and Material Safety Data
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-36 Payment by Third Party
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
Vendors are reminded to include a completed copy of 52.212-3 and itâs ALT I with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.205-7000 Provision of Information to Cooperative Agreement Holders
252.211-7003 Item Unique Identification and Valuation
252.215-7008 Only One Offer
252.216-7006 Ordering
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic
252.225-7001 Buy American and Balance of Payments ProgramâBasic
252.225-7012 Preference for Certain Domestic Commodities
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation
252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro
Regime (DEVIATION 2020-O0005)
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card
252.232-7010 Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business SubcontractorsâProhibition on Fees and Consideration
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by SeaâBasic
52.252-1 â Solicitation Provisions Incorporated by Reference
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/content/regulations
(End of Provision)
52.252-2 â 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):
https://www.acquisition.gov/content/regulations
(End of Clause)
Basis of Award:
Award will be made to the responsible quoter on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-price factors.
a) Price factor: Lowest evaluated price will be determined through a comparative analysis of quoted unit prices for each ordering period identified in ATTACHMENT I. The quoter providing the lowest average unit price, see block âE10â of ATTACHMENT I, will be determined as the lowest evaluated price.
b) Non-price factor: Technical acceptability will be contingent on the results of the jar test. Samples meeting or exceeding the technical performance thresholds established in TABLE A will be determined acceptable; those that do not meet the technical performance thresholds established in TABLE A will be determined unacceptable.
c) Past performance will not be evaluated for this acquisition. However, before award the contracting officer shall review the performance and integrity information available in the Federal Awardee Performance and Integrity Information System (FAPIIS), (available at https://www.cpars.gov ), including FAPIIS information from the System for Award Management (SAM) Exclusions and the Contractor Performance Assessment Reporting System (CPARS) when making a responsibility determination IAW FAR 9.104-6.
Quoters shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein:
1) A unit price for the base year and all option years identified in ATTACHMENT I, a point of contact, name and phone number, business size, and payment terms.
Each response must clearly indicate the capability of the quoter to meet all specifications and requirements identified in this solicitation.
2) A completed copy of 52.212-3 and its ALT I (Attachment II). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision.
3) DFARS 252.209-7992 (Attachment III) Unpaid Delinquent Tax Liability Provision.
4) **IF APPLICABLE** FAR 52.223-3 and DFARS 252.223-7001 (Attachment IV) Hazardous Material Clauses to fill-in.
5) **IF APPLICABLE** Small Business Subcontracting Plan IAW 52.219-9
This announcement will close at 05:00 p.m.
(Hawaii Standard Time) on Thursday, September 3rd, 2020. All questions must be submitted NLT 05:00 p.m. Tuesday, August 18th, 2020. All Questions and Quotes must be received via email to
[email protected] by these dates/times to be considered.
Contact the Contract Specialist, Jessica Victor who can be reached at 808-589-8136 or email
[email protected]. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (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.
Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Attachments:
Attachment I â Quote Sheet
Attachment II â FAR 52.212-3 and its Alt I Offeror Representations and Certifications
Attachment III â DFARS 252.209-7992 Unpaid Delinquent Tax Liability
Attachment IV â If applicable please complete, Hazardous Material Clauses to Fill In
Bid Protests Not Available