M2BZ - RIMPAC TUG SERVICES

Agency: DEPT OF DEFENSE
State: Hawaii
Type of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Posted: Apr 30, 2024
Due: May 13, 2024
Solicitation No: N0060424Q4043
Publication URL: To access bid details, please log in.
Follow
M2BZ - RIMPAC TUG SERVICES
Active
Contract Opportunity
Notice ID
N0060424Q4043
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Apr 30, 2024 10:48 am HST
  • Original Date Offers Due: May 13, 2024 06:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M2BZ - HUSBANDING SERVICES—OTHER PORT SERVICES
  • NAICS Code:
    • 488330 - Navigational Services to Shipping
  • Place of Performance:
    Sierra 20 Pier, Pearl Harbor , HI 96860
    USA
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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 SAM.gov and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060424Q4043. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 and DFARS Publication Notice 20240326.
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 488330 and the Small Business Standard is 47M USD. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision.

The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing:

*Include dimensions of proposed tugboat with quote*

CLIN 0001: Tug Period 1
Tug services in accordance with performance work statement (PWS) herein.
QTY: 1 UOI: GR

CLIN 0002: Tug Period 2
Tug services in accordance with performance work statement (PWS) herein.
QTY: 1 UOI: GR

CLIN 0003: Tug Period 3
Tug services in accordance with performance work statement (PWS) herein.
QTY: 1 UOI: GR

Attachments:
Attachment 1 Tug Services PWS
Attachment 2 FAR Provisions
Attachment 3 Wage Determination 2015-0213

Period of performance: Three performance periods found within PWS; Delivery location is generally within the confines of Joint Base Hickam, Pearl Harbor, HI.
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 provision and clauses are applicable to this procurement:

52.204-7        System for Award Management        OCT 2018
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
52.204-20        Predecessor of Offeror         AUG 2020
52.204-21        Basic Safeguarding of Covered Contractor Information Systems        NOV 2021
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 of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment        NOV 2021
52.204-26        Covered Telecommunications Equipment or Services-Representation        OCT 2020
52.204-27        Prohibition on a ByteDance Covered Application        JUN 2023
52.209-6        Protecting the Governments 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 under any Federal Law        FEB 2016
52.212-1        Instructions to Offerors-Commercial Products and Commercial Services        SEP 2023
52.212-3        Offeror Representations and Certifications-Commercial Products and Commercial Services-Alternate I        OCT 2014
52.212-4        Contract Terms and Conditions-Commercial Products and Commercial Services        NOV 2023
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services        FEB 2024
52.219-6        Notice of Total Small Business Set-Aside        NOV 2020
52.219-28        Post-Award Small Business Program Rerepresentation        MAR 2023
52.222-3        Convict Labor        JUN 2003
52.222-21        Prohibition of Segregated Facilities        APR 2015
52.222-22        Previous Contracts and Compliance Reports        FEB 1999
52.222-25        Affirmative Action Compliance        APR 1984
52.222-26        Equal Opportunity        SEP 2016
52.222-36        Equal Opportunity for Workers with Disabilities        JUN 2020
52.222-41        Service Contract Labor Standards        AUG 2018
52.222-42        Statement of Equivalent Rates for Federal Hires        MAY 2014
52.222-50        Combating Trafficking in Persons        NOV 2021
52.222-55        Minimum Wages for Contractor Workers Under Executive Order 14026        JAN 2022
52.222-62        Paid Sick Leave Under Executive Order 13706        JAN 2022
52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving        JUN 2020
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        MAR 2023
52.233-3        Protest after Award        AUG 1996
52.233-4        Applicable Law for Breach of Contract Claim        OCT 2004

Quoters shall include a completed copy of 52.212-3 and its ALT I and 52.204-4 with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

252.201-7000        Contracting Officers Representative        DEC 1991
252.203-7000        Requirements Relating to Compensation of Former DoD Officials        SEP 2011
252.203-7002        Requirement to Inform Employees of Whistleblower Rights        DEC 2022
252.203-7005        Representation Relating to Compensation of Former DoD Officials        SEP 2022
252.204-7003        Control of Government Personnel Work Product        APR 1992
252.204-7004        Antiterrorism Awareness Training for Contractors        JAN 2023
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 Information        JAN 2023
252.204-7012        Safeguarding Covered Defense Information and Cyber Incident Reporting        JAN 2023
252.204-7015        Notice of Authorized Disclosure of Information for Litigation Support        JAN 2023
252.204-7016        Covered Defense Telecommunications Equipment or Services-Representation        DEC 2019
252.204-7017        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation        MAY 2021
252.204-7018        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services        JAN 2023
252.204-7019        Notice of NIST SP 800-171 DoD Assessment Requirements        MAR 2022
252.204-7020        NIST SP 800-171 DoD Assessment Requirements        JAN 2023
252.204-7024        Notice on the use of the Supplier Performance Risk System        MAR 2023
252.223-7002        Safety Precautions for Ammunition and Explosives        MAY 1994
252.223-7003        Change in Place of Performance-Ammunition and Explosives        DEC 1991
252.223-7008        Prohibition of Hexavalent Chromium        JAN 2023
252.225-7048        Export-Controlled Items        JUN 2013
252.225-7055        Representation Regarding Business Operations with the Maduro Regime        MAY 2022
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime        JAN 2023
252.225-7972        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015)        MAY 2020
252.225-7973        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-O0015)        MAY 2020
252.227-7037        Validation of Restrictive Markings on Technical Data        JAN 2023
252.232-7003        Electronic Submission of Payment Requests and Receiving Reports        DEC 2018
252.232-7006        Wide Area WorkFlow Payment Instructions        JAN 2023
252.232-7010        Levies on Contract Payments        DEC 2006
252.244-7000        Subcontracts for Commercial Products or Commercial Services        NOV 2023
252.247-7023        Transportation of Supplies by Sea-Basic        JAN 2023
252.247-7025        Reflagging or Repair Work        JUN 2005
252.247-7026        Evaluation Preference for Use of Domestic Shipyards-Applicable to Acquisition of Carriage by Vessel for DoD Cargo in the Coastwise or Noncontiguous Trade        NOV 2008
252.247-7027        Riding Gang Member Requirements        MAY 2018
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
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/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) 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.
(b) 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 clause)

Questions regarding the solicitation: Questions shall be submitted electronically to kesha.m.kishinami.civ@us.navy.mil.
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060424Q4043 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 12:00 PM HST (Hawaii Standard Time) on Monday, 06 May 2024. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.

This announcement will close at 12:00 PM HST on Monday, 13 May 2024. Contact Kesha Kishinami who can be reached at kesha.m.kishinami.civ@us.navy.mil . Oral communications are not acceptable in response to this notice.
All responsible sources may submit a quote which shall be considered by the agency.

Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. Offerors will be determined to be technically acceptable based on dimensions of proposed tugboat meeting minimums specifications outline in PWS and taking no exceptions to the PWS. A submission of a quote will be determined as an affirmative statement that the quoter has the ability to perform and takes no exception to the PWS.

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.
******* End of Combined Synopsis/Solicitation ********
Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 30, 2024 10:48 am HSTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...) RFP#4582 WEB VIDEO STREAMING Services County of Hawaii Hawaii Director of Finance ...

State Government of Hawaii

Bid Due: 5/23/2024

...) Q24002607 APA Conference Educational TV Video Spot for CSHNB Goods and Services ...

State Government of Hawaii

Bid Due: 5/31/2024

...General Information Line Items Instructions Q24002607 APA Conference Educational TV Video Spot..., the ...

State Government of Hawaii

Bid Due: 5/31/2024

...Miscellaneous: A non-mandatory pre-bid conference is scheduled for May 6, 2024 at 1 ...

Maui County

Bid Due: 5/21/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.