Search Contract Opportunities

Maintenance for (5) Dust and Fume Collectors Annually and Quarterly

ID: N4215825QS010 • Type: Synopsis Solicitation

Description

Posted: Feb. 28, 2025, 3:49 p.m. EST

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 WILL be posted to SAM https://sam.gov/.

THE RFQ number is N4215825QS010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 effective 03 Jan 2025, and DFARS Change Notice 20241218. 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 this address: https://www.acquisition.gov/.

The NAICS CODE is 811310 and the size standard is $12.5M. This is a competitive, 100% Total Small Business Set-Aside procurement action.

Period of Performance (POP): 1 year with an additional option year.

Line Item Description Quantity Unit of Issue Price

0001 Maintenance of Five (5) Dust and Fume Collectors 1 JOB $

1001 Option Year 1 JOB $

Extended Description:

The contractor shall submit quotes based on the below documents provided explaining work to be performed and work location as well as in accordance with required clauses and provisions contained in this solicitation.

  • Attachment 1 - SECNAV 5512_1RE DON base Access Pass Registration Form.pdf
  • Attachment 2 - Dust and Fume Collector System Maintenance SOW (Statement of Work Updated)
  • Attachment 3 - Annual & Quarterly Dust and Fume Collector System Maintenance Q&A

Place of Delivery/Performance/Acceptance/FOB Point:

F.O.B. Destination; Norfolk Naval Shipyard, Portsmouth, VA 23709 (exact customer address will be provided in the resulting contract).

This announcement will close on March 11, 2025 at 12:00 PM Eastern Standard Time.

Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.

System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award.

Registration is free and can be completed on-line at http://sam.gov/.

To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. Quote must include signed vendor certification. Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Responses to this solicitation are due by 12:00 pm EST on March 11, 2025. Email quotes to Roshanda.L.Sansom.civ@us.navy.mil.

Quotes shall be valid for sixty (60) days (at minimum).

INSTRUCTIONS TO OFFERORS

1. A site visit will be offered Wednesday, February 26, 2025, at 9:30 am to 11:00 am. Vendors interested in attending, a Department of the Navy Local Population ID Card/Base Access Pass Registration form (attached) is required to be filled out and returned by Tuesday, February 4, 2025, by 12:00 pm.

Site Visit Instructions:

Site visit pickup will be at Norfolk Naval Shipyard, Pass and ID Office, 2900 Effingham Street, Bldg. 1502, Portsmouth, VA 23704.

Only one (1) representative per company will be allowed to attend.

If you already have base access and a Red or Yellow Badge, you are required to submit your Identification number listed on the badge.

Coordinate with Roshanda Sansom, roshanda.l.sansom.civ@us.navy.mil. If you would like to attend or have questions.

IMPORTANT

You MUST bring with you to the site visit two (2) of the following: (Failure to do so will result in an inability for you to access the site)

  • Vaild and current Driver's License
  • Valid and current United States issued passport
  • Valid and embossed Birth Certificate

2. Questions may be submitted to the POC and Alternate POC listed below no later than 12:00 pm 28, February 2025. Questions submitted after this date may not be answered.

3. Quotes in response to this solicitation must be submitted via email to the POC listed below no later than the established deadline.

4. Quotes must be valid 60 days at minimum.

The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):

52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017

52.204-2 Security Requirements MAR 2021

52.204-7 System for Award Management NOV 2024

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.204-13 System for Award Management Maintenance OCT 2018

52.204-16 Commercial and Government Entity Code Reporting AUG 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014

52.204-22 Alternative Line Item Proposal JAN 2017

52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.212-1 Instructions to Offerors--Commercial Products and Commercial Services SEP 2023

52.212-3 Alt I Offeror Representations and Certifications--Commercial Products and Commercial Services (MAY 2024) Alternate I

FEB 2024

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 NOV 2024

52.219-28 Post-Award Small Business Program Rerepresentation FEB 2024

52.222-21 Prohibition Of Segregated Facilities APR 2015

52.222-26 Equal Opportunity SEP 2016

52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020

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

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023

52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984

52.241-1 Electric Service Territory Compliance Representation MAY 1999

52.245-9 Use And Charges APR 2012

52.247-34 F.O.B. Destination JAN 1991

52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998

52.252-2 Clauses Incorporated By Reference FEB 1998

52.252-5 Authorized Deviations In Provisions NOV 2020

52.252-6 Authorized Deviations In Clauses NOV 2020

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

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014

252.225-7048 Export-Controlled Items JUN 2013

252.225-7972 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2024-O0014)

AUG 2024

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

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023

252.237-7024 Notice of Continuation of Essential Contractor Services. OCT 2010

252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023

252.246-7003 Notification of Potential Safety Issues JAN 2023

252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations OCT 2010

252.247-7023 Transportation of Supplies by Sea OCT 2024

STATEMENT OF WORK

  1. Performance: Quarterly and Annual Maintenance requirements for 5 Dust and Fume Collector Systems located in Code 926 Non-Nuclear CTD and Hull Cut Areas in Bldg. 163.
  2. Period of Performance: The terms of this contract requirement shall be from 2025-2026. One base year with a one-year option. Note: Exact dates will be specified upon contract award.

3. Equipment Specifications:

Name Model Number Serial Number

WEINTEK # 1 BC - 24 0121 - 0004

WEINTEK # 2 BC - 36 0121 - 0003

WEINTEK # 3 BC - 54 0121 - 0005

WEINTEK # 4 BC 54 0221 0006

WEINTEK 3 5 BC 54 0919 008

4. Contractor Responsibilities:

4.1 The contractors shall supply labor and equipment to maintain 5 dust and fume collector towers.

4.2 Quarterly, the contractor shall perform visual inspections of entire systems, ladder only, and duct inspection is needed.

4.3 Quarterly, the contractor will remove, clean, and reinstall pre-filters.

4.4 Annually, the contractor shall open, inspect, clean, and test all (5) dust and fume collectors, electrical and fire systems to include spark arrestors for each unit.

4.5 Annually, the contractor will replace filters as needed.

4.6 The contractor shall replace cartridge and Hepa filters as required, clean and inspect exhaust motors, purge solenoid valves and perform the cleaning inside of each tower.

4.7 The contractor shall open, inspect, and certify fire suppressions, 2 electrical panels, 1 main distribution panel, and 1 step down transformer located above the main distribution panel.

4.8 The contractor shall replace nano cartridge filters and Brahm hepa filters on an as needed basis. NNSY is also requesting purchase of additional dry chemical bottles from the contractor. These additional bottles are to be used when the original bottles are taken out of the system to be recertified.

"Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present

on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements; Norfolk Naval

Shipyard OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements; OSHE Control Manual (OSHECM)

requirements; or safety requirements for site specific location of the contract."

5. Shipyard Responsibilities: NNSY must provide assistance to contractor as needed.

6. Lifting and Handling Requirements: N/A

7. Certification of Work Requirements: N/A

8. Testing: N/A

9. Safety or Security: Contractor must comply with:

9.1 WORKER ACCESS TO THE WORK SITE

9.2 INITIAL ENTRY Companies seeking access to the shipyard must provide to the technical Point of Contact a request by

filling out Form SECNAV 5512/1, detailing the full name, social security number, place and date of birth of each worker, the

job's start to completion date, and the contract number. This form must be signed by a company officer. This will be

endorsed by the technical representative and forwarded to the NNSY Pass Office if required.

9.3 No employee or representative of the Contractor will be admitted to the site of work unless a SECNAV 5512/1 is submitted

two weeks in advance to the TPOC. Each worker must attend a 45-minute training video prior to entering the shipyard's

CIA (Controlled Industrial Area) for the first time, but one viewing allows entry for one year. An entry badge will be issued.

Each Contractor employee shall be required at the time of issuance of a personnel badge to complete a Special Access

Determination Form. Requested information shall be furnished. Individuals who have felony convictions (e.g., murder,

rape, drug offenses, of theft) or who are deemed untrustworthy by the Security Department, Norfolk Shipyard will be

denied access to the shipyard and their personnel badge will be recalled.

9.4 VEHICLE ENTRY - The company name shall be displayed on each door of the Contractor's vehicles in a manner and size

that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles

shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and

state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the

Controlled Industrial Area (CIA).

9.5 SPECIAL ACCESS - Access to special or restricted areas in the shipyard shall be coordinated with the Technical Point of

Contact. Access to special or restricted areas in the shipyard shall be coordinated with the Technical Point of Contact

PORTABLE ELECTRONIC DEVICES (PEDs) "In accordance with COMSUBLANTICOMSUBPACINST 2075.lC, the use of

Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable

electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not

limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and

wearable devices such as fitness bands and smart watches)." WORKING HOURS -The Government's regular working

hours are from 0720-1600, five days per week, Monday through Friday, except observed Federal holidays.11. Location:

Norfolk Naval Shipyard, Portsmouth, VA., 23709, Building 171.

9.6 PORTABLE ELECTRONIC DEVICES (PEDs) "In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of

Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable

electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not

limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and

wearable devices such as fitness bands and smart watches)."

10 Critical time Constraints:

10.1 WORKING HOURS - The Government's regular working hours are from 0720- 1600, five days per week, Monday

through Friday, except observed Federal holidays.

10.2 The Government observes the following holidays: New Year's Day, Martin Luther King Jr.'s Birthday, President's Day,

Juneteenth Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and

Christmas Day.

11. Location: Building 163, 1st floor, Non-Nuclear CTD and Hull Cut Section of Code 926.

12. POINTS OF CONTACT:

Technical POC: TO BE PROVIDED AT AWARD

Temporary Service Zone Manager: TO BE PROVIDED AT AWARD

Certifying Official: TO BE PROVIDED AT AWARD

(b) The item is certified IAW NAVFAC P-307.

(c) Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e.

eccentricity of the bearing points).

  • Attachment 1 - SECNAV 5512_1RE DON base Access Pass Registration Form.pdf
  • Attachment 2 - Dust and Fume Collector System Maintenance SOW (Statement of Work Updated)
  • Attachment 3 - Annual & Quarterly Dust and Fume Collector System Maintenance Q&A

POC: Roshanda Sansom roshanda.l.sansom.civ@us.navy.mil

Alt. POC: Jeremy Weible Jeremy.r.weible.civ@us.navy.mil

Posted: Jan. 28, 2025, 11:27 a.m. EST
Posted: Jan. 23, 2025, 2:18 p.m. EST
Posted: Jan. 16, 2025, 5:34 p.m. EST
Background
This solicitation is issued by the Norfolk Naval Shipyard, which is part of the U.S. Navy's mission to maintain and repair naval vessels. The goal of this contract is to provide maintenance services for dust and fume collectors to ensure operational efficiency and safety within the shipyard.

Work Details
The contractor shall perform quarterly and annual maintenance on five dust and fume collectors located in the Non-Nuclear CTD and Hull of building 163. Specific tasks include:

1) Quarterly visual inspections of entire systems (ladder only).
2) Removal, cleaning, and reinstallation of pre-filters quarterly.
3) Annual opening, inspection, cleaning, and testing of all five dust and fume collectors, including electrical and fire systems.
4) Replacement of filters as needed annually.
5) Replacement of cartridge and HEPA filters, exhaust motors, purge solenoids, and cleaning inside each tower annually.
6) Opening, inspection, and certification of fire suppressions and electrical panels annually.
7) Replacement of nano cartridge filters and Brahm HEPA filters on an as-needed basis.

The contractor is also requested to provide additional dry chemical bottles for recertification purposes.

Place of Performance
Norfolk Naval Shipyard, Portsmouth, VA 23709.

Overview

Response Deadline
March 11, 2025, 12:00 p.m. EDT (original: Jan. 24, 2025, 12:00 p.m. EST) Past Due
Posted
Jan. 16, 2025, 5:34 p.m. EST (updated: Feb. 28, 2025, 3:49 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Portsmouth, VA 23709 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
87% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 1/16/25 Naval Sea Systems Command issued Synopsis Solicitation N4215825QS010 for Maintenance for (5) Dust and Fume Collectors Annually and Quarterly due 3/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J041.
Primary Contact
Name
Roshanda Sansom   Profile
Phone
(757) 797-4351

Additional Contacts in Documents

Title Name Email Phone
Alternate POC Jeremy Weible Profile jeremy.r.weible.civ@us.navy.mil None

Documents

Posted documents for Synopsis Solicitation N4215825QS010

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N4215825QS010

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N4215825QS010

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N4215825QS010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > NORFOLK NAVAL SHIPYARD GF
FPDS Organization Code
1700-N42158
Source Organization Code
500021471
Last Updated
March 27, 2025
Last Updated By
roshanda.l.sansom.civ@us.navy.mil
Archive Date
March 26, 2025