Connecticut Bids > Bid Detail

New London MWR Sodium Hypochlorite Solution Delivery

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159109886102114
Posted Date: Apr 9, 2024
Due Date: Apr 16, 2024
Solicitation No: N4008524Q2509
Source: https://sam.gov/opp/8f37137d97...
Follow
New London MWR Sodium Hypochlorite Solution Delivery
Active
Contract Opportunity
Notice ID
N4008524Q2509
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
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 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 09, 2024 01:47 pm EDT
  • Original Published Date: Mar 29, 2024 04:44 pm EDT
  • Updated Date Offers Due: Apr 16, 2024 10:00 am EDT
  • Original Date Offers Due: Apr 10, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 01, 2024
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6810 - CHEMICALS
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    Groton , CT
    USA
Description

This COMBINED SYNOPSIS/SOLICITATION is amended. Please see the attached document, Chlorine SOW Rev 2.



This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. The 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 (https://Sam.Gov/).



The solicitation number is N4008524Q2509 and is issued as a Request for Quote (RFQ). This is the only RFQ for this requirement, it includes all the terms, and conditions as well as applicable FAR and DFARS clauses and provisions with respect to the anticipated purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03, effective February 23, 2024. 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 https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 325998 and the Size Standard is 650 employees. The procurement will be solicited as unrestricted - full and open competition.





The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate as full and open competition. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This posting is a request for competitive proposals. All bids, proposals or quotations received by the closing response date may be considered by the Government.





Period of Performance: The anticipated Period of Performance is 01 May 2024 – 30 April 2025. The proposed contract action also includes four (4) one – year option periods with an anticipated contract end date of 30 April 2029.





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 online at https://www. Sam.gov/.





Attachments: Please refer to the following attachment(s) for additional information:






  1. Performance Work Statement







The following FAR provisions and clauses are applicable to this procurement:



52.204-7, System for Award Management (Oct 2018)



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



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



52.204-18, CAGE Maintenance (Aug 2020)



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 Telecommunication 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)



52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (Dec 2023)



52.204-30, Federal Acquisition Supply Chain Security Act Orders-Representation and



52.212-1, Instructions to Offerors - Commercial Items; (March 2023)



52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; (Dec 2022)



52.212-4, Contract Terms and Conditions - Commercial Items; (December 2022)



52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Services (March 2023)



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



52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328)



52.209-6, Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment (Nov 2021)



52.219-28, Post Award Small Business Program Representation (March 2023)



52.222-3, Convict Labor (June 2003)



52.222-21, Prohibition of Segregated Facilities (April 2015)



52.222-26, Equal Opportunity (Sept 2016)



52.222-36, Equal Opportunity for Workers w/ Disabilities (June 2020)



52.222-50, Combatting Trafficking in Person (Nov 2021)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020)



52.225-13, Restriction on Foreign Purchases (Feb 2021)



52.232-33, Payment by Electronic Funds Transfer – SAM (Oct 2018)



52.222-50, Combatting Trafficking in Persons (Nov 2021)





52.232-39, Unenforceability of Unauthorized Obligations (June 2013)



52.232-40, Providing Accelerated Payments to Small Business Subcontractors (March 2023)



52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)



52.252-2, Clauses Incorporated by Reference (Feb 1998)





Vendors shall 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 contract terms and conditions applicable to this procurement are:





252.203-7000, Requirements Related to Compensation of Former DOD Officials (Sep 2011)



252.203-7002, Requirements 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 Products (April 1992)



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)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services – Representation (May 2021)



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services (Jan 2023)



252.225-7001, Buy American Act & Balance of Payments Program (Jan 2023)



252.225-7048, Export-Controlled Items (June 2013)



252.225-7055, Representation Regarding Business Operations with the Madura Regime (May 2022)



252.225-7056, Prohibition Regarding Business operations with the Maduro Regime (Jan 2023)



252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Certification (Dec 2022)



252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023)



252.225-7972 (Dev 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (Dev 2020-O0015) (May 2020)



252.225-7973 (Dev 2020 –O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representations (Dev 2020-O0015) (May 2020)



252.232-7003 Electronic Submission of Payment Request (Dec 2018)



252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)



252.232-7010 Levies on Contract Payments (Dec 2006)



252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023)



252.244-7000 Subcontracts for Commercial Items (Jan 2023)



252.247-7023 Transportation of Supplies by Sea (Jan 2023)





This announcement will close at 10:00AM Eastern Standard Time on 10 April 2024. The POC is Sheena Lassiter who can be reached at 757-341-0905, or via email at sheena.l.lassiter.civ@us.navy.mil.





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/.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • 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 >