Federal Bid

Last Updated on 01 Dec 2020 at 4 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Grey Water Joint

Solicitation ID N3220520Q2071
Posted Date 13 Nov 2019 at 3 PM
Archive Date 30 Nov 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Msc Norfolk
Agency Department Of Defense
Location Norfolk Virginia United states 23511

MILITARY SEALIFT COMMAND
N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE

Military Sealift Command Combined Synopsis and Solicitation Notice Information

1.    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in     FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement     constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

2.    Solicitation number is N3220520Q2071 and is being issued as a Request for Quotes (RFQ). 

3.    The solicitation document and incorporated provisions and clauses are those in effect through 
Federal Acquisition Circular FAC 2020-01    11-12-2019, DPN 20190531 (Effective 1 Oct 2019) Current to: 18-06 Effective: 14 Jun 2019 located on https://www.acquisition.gov. 

4.      The associated NAICS code is 326220 (Rubber and Plastics Hoses and Belting Manufacturing) and the     associated PSC code is 2090 for this procurement: NOTE: A Class Waiver is not applicable to a     procurement unless the NAICS code, PSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured.

1 is not being set-aside for small businesses.
    
0 is being set-aside for.  The small business size standard is.

5.      The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options:

CLIN    P/N    DESCRIPTION    QTY    UOM    PRICE    EX-PRICE    Lead Time
0001    HP-12047R    3 INCH NPS 3-LEG HOSE LOOP RIGHT ASSEMBLY  -LEG  C276 HASTELLOY TUBE-BRAID-FITTINGS SCH 40 - LAP JOINT 316SS FLANGES 150 LB. ABC APPROVED,HOSE MASTER DWG 524880 REV L.01    10    Ea    $    $    
0002    ABS INSP    ABS XRAY INSPECTION CL II PIPE    1    Ea    $    $    
*SHIPPING COSTS WILL BE INCLUDED INTO EACH INDIVIDUAL LINE ITEM*

6.     Military Sealift Command intends to award a brand name sole source firm fixed price contract for the procurement of parts for a Grey Water Joint in support of the USNS MIGUEL KEITH (T-ESB 5).

7.     The required delivery is FOB Destination and acceptance date is 07/06/2020.   

    Delivery and acceptance will occur at:

    MSC SSU BATS
    9284 BALBOA AVE.
    SAN DIEGO CA, 92123

8.     The provision at FAR 52.212-1, Instructions to Offerors – Commercial applies to this acquisition and is             incorporated by reference.   The provision is amended as follows:

    52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS

    a.     Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be         solved by giving precedence to the Addendum to FAR 52.212-1.
 
    b.     After receipt of quotes the Government may, with or without notice, negotiate with and, if desired,         seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

    c.     The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and             “quote,” respectively.   Further, the term “award” shall be understood to describe the                 Government’s issuance of an order.

    d.     The Government will consider all quotes that are timely received and may consider late quotes.             Failure of a quote to address any items required in the submission package may make a quote             unacceptable.

    e.     Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

        In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall             provide the following, as part of the quote submission package, no later than the required                 time and date for quote submission:
        Responsible sources shall provide the following:
1.    Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and     extended price
2.    Total Firm Fixed price
3.    Any Discount Terms
4.    Estimated time of delivery
5.    Technical Submission Requirements
a.    For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.
b.    For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW).
6.    Responses to the solicitation are due 11AM Eastern 11/15/2020.   Quotes may be e-mailed to Samuel Queen at [email protected]. To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Quotes received after that time will be considered at the Government’s sole discretion.   Please reference the solicitation number on your quote.
    Primary Point of Contact:    Samuel Queen 757-443-5813
    Secondary Point of Contact:  Tommy Hale, [email protected] 
    The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1.   Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable. 
9.    Provision 52.212-2 Evaluation—Commercial Items (Oct 2014) applies to this acquisition.  
Award will be made in accordance with FAR Subpart 13.5 to a responsible quoter who provides a technically acceptable solution at a fair market price and who has acceptable past performance.

(a) The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

     (i) technical capability of the item offered to meet the Government requirement;

    (ii) price;

    (iii) past performance, if applicable (see FAR 15.304); justification is required if this is not assessed when the value of the procurement is over the limits set in FAR 15.304(c)(3)(i) and any applicable deviations.

Award shall be made to the lowest priced technically acceptable offeror in LPTA solicitations.
To be considered a technically acceptable solution for a parts procurement, the quoted parts shall meet the solicitation requirements including required parts, delivery dates, and terms and conditions stated in the solicitation.  To be considered a technically acceptable solution for a service, the quoted service shall meet the solicitation requirements including terms and conditions stated in the solicitation.   The quote shall state that all aspects of the technical requirement, including required delivery date and part numbers, can be met.  

If utilized, a past performance evaluation will be conducted in accordance with FAR 13.106-2(b)(3)(ii)(C).   The Government intends to utilize the Government Wide Past Performance Information Retrieval System (PPIRS) for past performance evaluations as a basis for anticipating successful/unsuccessful performance on this required effort.  To be considered acceptable for past performance, a search of the PPIRS must reveal no negative past performance information for the recent and relevant records.   In the event there are no recent and/or relevant PPIRS records, the quoter may submit information on recent and relevant subcontracts and/or commercial contracts. If no recent and relevant contracts are available in PPIRS or submitted by the offeror, the quoter’s past performance record shall be considered “unknown.”   In the context of acceptable or unacceptable, “unknown” past performance shall be considered “acceptable.”   To be considered recent, the effort must either still be in progress or have been completed within the previous three (3) years from date of this draft award notice.   To be considered relevant the record should be similar in terms of complexity, scope, and magnitude.   “Scope” is defined as experience in areas defined in the SOW. “Magnitude” is defined as the measure of similarity of the volume, dollar value, and/or duration of work actually performed under the quoter’s submitted contracts to the SOW. At the quoter’s discretion, additional past performance information may be submitted with the quote as a supplement to PPIRS.   If furnished, this submission will be evaluated in accordance with the procedures described above.  

The Government will evaluate quoted pricing for reasonableness utilizing techniques described in FAR 13.106-3.  
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror by the Government within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
10.    All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. 
11.    Clause 52.212-4 Contract Terms and Conditions – Commercial items, applies to this acquisition.

11.    Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition along with the following FAR Clauses cited in the clause are applicable.

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
    52.203 -19 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 
    52.204 -7 – System for Award Management
52.204 -13 – System for Award Management Maintenance.
52.204 -16 – Commercial and Government Entity Code Reporting
52.204 -18 – CAGE Maintenance
52.204 -22 – Alternative Lane Item Proposal
52.204 -24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204 -25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209 -11 – Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law in all solicitations.
52.212 -1 – Instructions to offerors
52.212 -4 -- Contract Terms and Conditions -- Commercial Items.
52.232 -39 – Unenforceability of Unauthorized Obligations.
52.247 -34 -- F.o.b. – Destination.
52.252 -2 -- Clauses Incorporated by Reference.
52.252 -6 -- Authorized Deviations in Clauses.
__ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 
__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 
__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 
__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 
__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 
__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
__ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 
__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 
__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 
__ (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). 
__ (60)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631
             __  52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
12.    The following additional information is applicable to this acquisition: 

Number    Title
252.203-7000    Requirements Relating to Compensation of Former DOD Officials
252.203-7002 
Requirement to Inform Employees of Whistleblower Rights.
252.203-7005    Compensation of Former DOD
252.204-7003
Control of Government Personnel Work Product.
252.204-7008
Compliance with Safeguarding Covered Defense Information Controls.
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support
252.223-7008    Prohibition of Hexavalent Chromium
252.225-7048 
Export-Controlled Items.
252.232-7003    Electronic Submission of Payment Requests and Receiving Reports
252.232-7006    Wide Area Work Flow Payment Instructions
252.232-7010    Levies on Contract Payments
252.244-7000    Subcontracts for Commercial Items
252.246-7003 
Notification of Potential Safety Issues.
252.247-7023    Transportation of Supplies by Sea 

MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012)

The information contained in this instruction is supplemental to DFARS 252.232-7006.

The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only.  Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports.  Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.

When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006.  Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank."  

In some situations, the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006.  If these DoDAACs do not match, then the Contractor shall correct the field(s). 

If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface.

The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00).   The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document.   The Contractor shall bill to the lowest level, e.g., the SubCLIN level.  The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing.

Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page.  The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks.  This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. 

SHIP & BASE ACCESS
Vendors are responsible for correctly submitting forms/applications.  Vendors are encouraged to monitor email using “Request a Read Receipt” function and to confirm receipt of facsimile transmissions. 

Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance.  Specifically, the following permissions are required:

1. Base/Repair Facility Access Request
2. Vehicle Access Request
3. Ship Access List (vendor-provided)

All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil.  Click on “Contracts” in the upper right corner.  “EPIC template” is under “Reference” subheading.  Click on “Online Library of Common Documents” for all other forms.

Base/Repair Facility Access:   Permit is required to access Navy facilities.  Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date.  Submit forms per the document instruction and to the Port Engineer.   

Defense Biometric Identification System (DBIDS) is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico (replaces RapidGate).  Vendor is responsible to acquire DBIDS credentials prior to performance start date.   Delays that may result from inadequate planning are contractor responsibility.  Vendor instructions and program information is available at https://www.cnic.navy.mil/om/dbids.html.  DBIDS credentials require (in succession) (1) Present a letter or official document from the Government sponsoring organization that provides the purpose for your access, (2) Present valid identification, such as a passport or Real ID Act-compliant state driver's license, (3) Present a completed copy of the SECNAV 5512/1 form to obtain your background check, (4) Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments, and (5) After all of this is done, the contractor will be provided with the DBDIS credential.  For vendors with existing Navy Commercial Access Control System (NCACS) cards, see https://www.cnic.navy.mil/om/dbids.html for instructions to obtain DBIDS credentials.  Vendor is responsible to confirm that each employee held DBIDS credentials are active for the specific facility and performance period in accordance with DBIDS.

Additional access permissions may be required in the future.

Vehicle Access:   Required for vehicle access to Navy facilities.  Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.

Ship Access List* (Vendor-Provided):   On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel.  Under no circumstances will a hand-delivered list be accepted. 

14.     This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.

15.     Quotes may be only e-mailed directly to [email protected], the sole designated E-mail address and inbox for receipt of E-mail submissions.  No other electronic means of submission, used in whole or in combination with E-mail, is permitted.  No other method of submission is acceptable.

E-mail quotes shall be in either Adobe or Microsoft Office format.  Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes.  To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. 

Hand delivered and mailed quotes shall not be sent.
        
Access to the Naval Base and MSC offices is restricted.  Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility.  Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays.  In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission.   

16.     For additional information regarding this solicitation contact Samuel Queen at [email protected] 757-443-5813.


 

Bid Protests Not Available

Similar Past Bids

Pennsylvania Not Specified
Location Unknown 01 Feb 2023 at 5 AM
Norfolk Virginia 10 May 2019 at 4 PM
Ohio 01 Mar 2021 at 5 AM
Location Unknown 27 Dec 2010 at 9 PM

Similar Opportunities

Dalton Georgia 09 Jul 2025 at 12 PM
Columbus Ohio 06 Aug 2025 at 7 PM
Massachusetts 24 Jul 2025 at 8 PM
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)