Rhode Island Bids > Bid Detail

Scrap Metal Sales Agreement

Agency:
Level of Government: Federal
Category:
  • 96 - Ores, Minerals, and Their Primary Products
Opps ID: NBD00159703513324858
Posted Date: Jan 30, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/f457be8a5a...
Follow
Scrap Metal Sales Agreement
Active
Contract Opportunity
Notice ID
N66604-24-R-0219
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 30, 2024 01:44 pm EST
  • Original Published Date: Jan 22, 2024 01:14 pm EST
  • Updated Date Offers Due: Feb 02, 2024 02:00 pm EST
  • Original Date Offers Due: Feb 01, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 17, 2024
  • Original Inactive Date: Feb 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9610 - ORES
  • NAICS Code:
    • 423930 - Recyclable Material Merchant Wholesalers
  • Place of Performance:
    Newport , RI 02841
    USA
Description View Changes

Amendment 1 is issued to respond to the below request from Industry (RFI). Proposal deadline has been moved from 2/1/2024 to 2/2/2024.



Industry Question No. 1

28,000lbs of Alum solids – are these clean or irony solids or new production?



Government Response No. 1

This will vary. Sometimes it will be clean new production (the machine shop will cut off what they need and discard the rest). But it will be a mix of irony aluminum and clean aluminum.



Industry Question No. 2

7,200lbs S/S - are these clean or irony solids or new production?



Government Response No.2

This will vary. Mostly clean solids.



Industry Question No.3

3,400lbs of Brass - are these clean or irony solids or new production?



Government Response No. 3

This will vary. Mostly clean solids.



Industry Question No. 4

3k Copper wire – is this bare or insulated? What grades of wire or know recovery?



Government Response No. 4

Copper wire would be bare. Mixed wire has the insulation. The grade will vary.



Industry Question No. 5

20k mixed wire “normal insulation” – what is the approx. recovery of this wire?



Government Response No. 5

I’m not sure if he’s looking for weight here. But the wire included in this subset is insulated and needs to be stripped at the vendor’s expense. The recovery weight is unknown. The contractor we have used before labeled this as “Medium Grade Wire”



Industry Question No. 6

0-100k of mixed wire “heavy insulation” – what is the approx. recovery of this wire?



Governemnt Response No. 6

Same answer as above. This particular insulation is just thicker and may be more difficult to strip.



Industry Question No. 7

0-1k Coupro nickel - need to know turnings or solids and 70/30, 80/20 or 90/10?



Government Response No. 7

Coupro nickel would be solid. The percentage will vary.



Industry Question No. 8

0-1k Monel - need to know turnings or solids & what kind of monel R or K?



Government Response No. 8

Some monel we’ve scrapped in the past has been “K” but it could vary. This would be solids.



NAVAL UNDERSEA WARFARE CENTER DIVISION, NEWPORT



SCRAP METAL RECYCLING SALES AGREEMENT

Sale of recyclable materials by the Recycling Program, Code 1023, located at Naval Undersea Warfare

Center Division, Newport (NUWCDIVNPT), RI

A. SOLICITATION/CONTRACT FORM

Solicitation Reference Number N66604-24-R-0219

B. SCHEDULE

The expectations of the contractor are listed below.

Offer Percent of Market and Payment Rates. Contractors will offer fixed net price per ton based on a percentage of the American Metal Market (AMM) price index for the Boston location. Metal pricing shall be based on the first issue of the AMM for the month the metals are received by the contractor. The contractor offers the price of scrap in accordance with the following:



Mixed Steel (free of all hazardous material and appliances)

AMM index name:

Price multiplied by: %

Aluminum Solids (clean mixed clips)

AMM index name: _____________________________

Price multiplied by: _______________________ %

Aluminum Borings, Turnings, Clean and Dry

AMM index name: _____________________________

Price multiplied by: _______________________ %

Brass (clean yellow brass rod and turnings)

AMM index name: ______________________________

Price multiplied by: _______________________ %

Stainless Steel Solids (18-8 bundles, solids and clips)

AMM index name: ___________________________________

Price multiplied by: _______________________ %

Copper Wire (with graphite coating, no insulation)

AMM index name: ___________________________________

Price multiplied by: ________________ %

No. 2 Copper Parts

AMM index name: _______________________________

Price multiplied by: ________________ %

Mixed Wire (with normal insulation)

AMM index name: _______________________________

Price multiplied by: ________________ %

Mixed Wire (with heavy insulation)

AMM index name: _______________________________

Price multiplied by: _________________ %

Coupro Nickel

AMM index name: ________________________________

Price multiplied by: __________________ %

Monel

AMM index name: ________________________________

Price multiplied by: __________________ %

NOTE: Any additional metals, metal blends, and metals of varying quality and condition not stated above will be priced according to market conditions. The Contractor shall explain how such prices will be computed.

C. DESCRIPTION / MATERIAL SPECIFICATIONS

1. NUWCDIVNPT has several types of metals for sale. The types of metals, container size, estimated pickup frequency and estimated pounds are listed in the table below. These figures are estimates based on historical data and are not guaranteed Containers are placed at fixed locations throughout the installation; however additional containers may be required on a permanent or temporary basis as the need arises. NUWCDIVNPT reserves the right to adjust the type of metal, location of pickup, container size, and pickup frequency of metals from this list.

2. The Contractor will provide 12 to 22 cubic yard lugger style containers, and 30 to 40 cubic yard roll-off dumpsters for the accumulation of mixed metals, which includes any ferrous scrap metal or mixed metal (two or more metals together, either in solid or turning form). Additionally, the Contractor agrees to supply on an as-needed basis all roll-offs, luggers and/or self-dumping

hoppers at no cost to the government within two (2) working days of request.



Type of Metal Container size Pickup Frequency Estimated Pounds

(cubic yards) (times per year) (per pickup)

Mixed Steel 20 & 40 64

4,700

Aluminum Solids 20 8

3,500

Aluminum Turnings 20 2

4,000

Stainless Steel 3 2

3,600

Brass 3 2

1,700

Copper Wire 3 3

1,000

No 2. Copper Parts 3 2

200

Mixed Wire (normal insulation) 20 4

5,000

Mixed Wire (heavy insulation) 20 2

0– 50,000

Coupro Nickel 3 1

0 –1,000

Monel 3 1

0 –1,000

.

3. Mixed Steel will be stored outdoors. All other materials may be stored either indoors or outdoors.

4. Contractor agrees to pick up metal within two (2) working days of notification. Note that the Government reserves the right to deliver metal rather than require pickup.

5. The Contractor shall advise NUWCDIVNPT on the proper separation of scrap metal to ensure that metals are separated by type and placed in the correct bins.

6. The Contractor shall also work with the Contracting Officer (KO) and NUWCDIVNPT Environmental Branch to remove scrap metal not defined herein that may need removal (e.g., residue from desks and chairs). The parties agree to negotiate in good faith for these requirements, which may require different pricing, different containers, etc. Any such agreement will be in the form of a written addendum to this agreement.

7. The Contractor will comply with all local, state and federal regulations in performing under this agreement. The Contractor shall also comply with all Department of Transportation, NUWCDIVNPT, and Naval Station Newport regulations that apply to pickup and delivery of scrap, including having appropriate vehicle and liability insurance.

8. The Contractor’s transportation staff shall have appropriate CDL for truck operation. Drivers must obtain a security clearance and possess facility access badges and shall be responsible for any security registration fees.

9. The Contractor shall use the scales at their own facility. NUWCDIVNPT does not have access to scales large enough to weigh all the metals generated at NUWCDIVNPT. Therefore, the Contractor’s facility must be located within 40 miles of NUWCDIVNPT. This is necessary in order to allow the Technical Point of Contact (TPOC) to be present during the weighing of metals at the Contractor’s

facility when required.

10. The government reserves the right to schedule an appointment with the Contractor and perform a site visit at Contractor’s facility any time before, during, or after the contract award.

D. PACKAGING AND MARKING:

1. The Contractor shall pick up materials in a lugger, roll-off container or flatbed trailer, freight on board origin. The Contractor shall provide said standard containers at Contractor’s expense.

E. INSPECTION AND ACCEPTANCE:

1. Offerors are expected to inspect the merchandise offered for sale and to satisfy themselves as to merchandise quality and all general and local conditions that may affect the offers proposed. In no event will the failure to inspect the recyclable merchandise constitute grounds for a claim after award of a contract resulting from this solicitation (request for proposals).

2 Recyclable merchandise may be inspected on an appointment basis at various buildings at NUWCDIVNPT. Appointments may be made by contacting the Technical Point of Contact (TPOC), Mark Jasper, at 401-832-1456. No inspections will be

scheduled on Saturdays, Sundays, or on federal holidays.

F. DELIVERIES AND PERFORMANCE:

1. The period of performance for this contract will be for one (1) year from the commencement date. The contract service period shall begin on 12 December 2022. NUWCDIVNPT may extend the term of this contract for successive periods of one year by mutual agreement. The KO will advise the Contractor in writing at least 30 calendar days before the contract period expires of the activity’s desire to extend the period of the contract. The total duration of this contract, including any extension pursuant to the option exercised under this clause, will not exceed five years from the date of the original contract.

2. Sales of some recyclable materials are Free on Board (FOB) origin. FOB origin is defined as being loaded by NUWCDIVNPT, at NUWCDIVNPT’s expense, onto the Contractor’s or subcontractor’s trailer and transported at Contractor’s expense to Contractor’s facility.

3. The Contractor shall pick up other materials in a lugger, roll-off container or flatbed trailer, freight on board origin. The Contractor shall provide said standard containers at Contractor’s expense.

4. Removal of recyclable materials purchased by the Contractor must be completed between Monday and Friday during normal business hours (7AM and 3PM). The Contractor agrees to pick up material no later than two (2) working days after a request for pickup has been made by NUWCDIVNPT. Appointments for pickup may also be scheduled for Saturday mornings at the discretion of the TPOC. This will only be for extraordinary circumstances.

5. The place of performance shall be addressed below:

Naval Undersea Warfare Center Division, Newport 1176 Howell Street

Newport, RI 02841-1708

G. CONTRACT ADMINISTRATION DATA:

1. It is the TPOC’s responsibility to schedule all deliveries with the Contractor’s facility and ensure all paper work is submitted correctly.Authorized TPOC’s name: Mark Jasper Authorized TPOC’s telephone: 401-832-1456

2. Payment Rates. Contractors will offer fixed net price per ton based on a percentage of the price indexed from the AMM scrap metal rates. The Contractor will also provide a copy of the AMM monthly metal values report to the COR, along with the signed invoice (Release of Property form) in order to justify pricing each month.

3. Payment Cycle. In consideration for the materials rendered, the Contractor agrees to make payment by Electronic Funds Transfer (EFT). Payment will be made by the 10th of the following month for the previous month. If payment is not made as specified, interest will be applied to the outstanding amount. The interest rate will be the established treasury rate. The EFT must be completed using the current Fedwire Template with vendor information submitted to Defense Finance Accounting Service (DFAS) by the Contractor’s banking institution. To complete the EFT, the Contractor will be sent Fedwire instructions. The Contractor must notify NUWCDIVNPT on the date that the EFT is completed via email to:



mark.c.jasper2.civ@us.navy.mil





4. NUWCDIVNPT will submit invoices (Release of Property forms) to the Contractor at the time of a request for material pickup.

5. The Contractor assumes complete liability for all taxes applicable to its property, income, and all of its transactions arising out of or in connection with the performance of this contract. The Contractor will not be reimbursed for any direct or indirect tax imposed on it by reason of this contract or otherwise.

6. A 20 percent deposit of estimated three (3) months generation, to be retained and applied to final billing, will be required from the Contractor before the first shipment. The KO reserves the right to waive any and all deposits before the first load is delivered.

H. SPECIAL CONTRACT REQUIREMENTS:

1. Indemnity. The Contractor agrees to indemnify and hold harmless NUWCDIVNPT, the Department of the Navy and the United States (including its agencies and instrumentalities), and their officers, agents and employees against liability and against any and all claims for loss, death, injury, or property damage (including costs and expenses incidental thereto), arising out of or in connection with (i) the performance of this contract, (ii) any of the activities or actions of the Contractor’s subcontractors, representatives, agents, or employees while performing this contract, or (iii) any of the Contractor’s activities or actions.

2. Damage to Government property. Any damage to Government property during the Contractor’s removal

operations is the responsibility of the Contractor, if deemed by the KO that the Contractor or

his/her employee was at fault, and such damage will be repaired at the Contractor’s expense, to its

original state or a reasonable facsimile thereof to the satisfaction of the KO.

3. Dangerous property. The Contractor is cautioned that articles or substances of a dangerous

nature may remain in the recyclable material notwithstanding the care exercised to remove same. The Government assumes no liability for damage to the property of the Contractor, or for personal injuries, disabilities or death of the

Contractor, his/her employees or to any other person arising from or incident to the purchase or

use of this recyclable material, or for suits, actions, or claims of whatsoever nature arising from

or out of the purchase of this recyclable material.

4. Subcontracts. With prior approval of the KO, a subcontractor may be used to fulfill the terms of

the contract. If a subcontractor executes part of this entire contract, the Contractor will

continue to be held responsible for all provisions of the contract in total.

I. CONTRACT CLAUSES:

1. Definitions. As used throughout this contract, the following terms and abbreviations have the

meanings set forth below:

(a) The term “contract” means this agreement and any modifications hereto.

(b) The term “Contracting Officer” means the person executing or responsible for administering this

contract on behalf of NUWCDIVNPT, which is a party hereto, or his successor or successors.

(c) The term “Contractor” means the party responsible for buying recyclable materials at a certain

price or rate from this recycling program at NUWCDIVNPT under this contract.

2. Advertisements. The Contractor agrees that none of its nor its agents’ advertisements, to

include publications, merchandise, promotions, coupons, sweepstakes, contests, sales brochures,

etc., shall state, infer or imply that the Contractor’s products or services are approved, promoted

or endorsed by NUWCDIVNPT or its Recycling Program. Any advertisement, including cents-off coupons,

which refers to the NUWCDIVNPT or its Recycling Program, will contain a statement that the

advertisement is neither paid for nor sponsored in whole or in part by NUWCDIVNPT.

3. Assignment. The Contractor may not assign his right or delegate his obligations under this

contract without prior written consent of the KO.

4. Disputes: This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C.

601-613). Failure of the parties to this contract to reach agreement on any request for equitable

adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute

to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated

herein by reference. The Contractor shall proceed diligently with performance of this contract,

pending final resolution of any dispute arising under the contract.

5. Examination of records:

(a) This clause is applicable if the amount of this contract exceeds $10,000 and the contract was

entered into by means of negotiation The Contractor agrees that the KO or his duly authorized representative shall have the right to examine and audit the books and records of the Contractor directly pertaining to this contract during the

period of the contract and until the expiration of three years after the final payment under the

contract.

(b) The Contractor agrees to include the clause in subparagraph (a), above, in all subcontracts hereunder which exceed $10,000.

6. Gratuities:

(a) NUWCDIVNPT may by written notice to the Contractor, terminate the right of the Contractor to proceed under this contract if it is found after notice and hearing, by the Secretary of the Navy or his duly authorized representative, that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the Contractor, or any agent or representative of the contractor, to any officer or employee of the Government, NUWCDIVNPT, or its Recycling Program with a view toward securing favorable treatment with respect to the awarding, amending, or the making of any determinations with respect to the performing of this contract.

(b) In the event this contract is terminated as provided for in subparagraph (a),” above, NUWCDIVNPT shall be entitled (i) to pursue the same remedies against the Contractor as it could pursue in the event of a breach of contract by the Contractor and (ii) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as

determined by the Secretary of the Navy or his duly authorized representative), which shall be not less than three nor more than ten times the cost incurred by the contractor in providing any such gratuities to any such officer or employee.

(c) The rights and remedies of NUWCDIVNPT provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract.

7. Save and hold harmless. The Contractor shall indemnify, hold harmless and defend NUWCDIVNPT from any liability, claimed or established, for violation or infringement of any patent, copyright or trademark right asserted by any third party with respect to goods or merchandise hereby sold or any part thereof. The Contractor further agrees to hold NUWCDIVNPT harmless from all claims or

judgments for damages resulting from the use of products listed in this contract. Also, the Contractor shall at all times save and hold harmless NUWCDIVNPT, its agents, representatives and employees from any and all suits and expenses which arise out of acts or omissions of the Contractor, its agents, representatives, or employees.

8. Law governing contracts. In any dispute arising out of this contract in which the decision requires consideration of law questions, the rights and obligations of the parties shall be interpreted and determined according to the substantive laws of the United States.

9. Legal status. NUWCDIVNPT is an integral part of the Department of Defense (DoD) and is an instrumentality of the U.S. Government. Therefore, NUWCDIVNPT contracts are U.S. Government contracts; however, they do not obligate appropriated funds of the United States. No appropriated funds of the United States shall become due or be paid a contractor by reason of this contract.

10. Modifications. No agreement or understanding to modify this contract will be binding uponNUWCDIVNPT unless made in writing and signed by the KO from the office that issued the contract or its successor.

11. Order of precedence. In the event of an inconsistency between provisions of this solicitation/award, the inconsistency shall be resolved by giving precedence in the following order: (1) supplies and prices, (2) special contract requirements,

(3) contract clauses, (4) other provisions of the solicitation/award.

12. Termination for convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall pay the Government the agreed upon fixed net price per gross ton based on a percentage of the American Metal Market (AMM) price index for the Boston location, for any metal(s) it has collected but not paid for up to the time of termination.

13. Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

1. Clauses incorporated by reference. The provisions of the following clauses set forth in the Federal Acquisition Regulation (FAR) are hereby incorporated into this solicitation/award by reference with the same force and effect as though herein set forth in full. As used in the following clauses, the term “Government” is deleted and NUWCDIVNPT is substituted in lieu thereof. The date of each clause shall be the current date set forth in the FAR on the issuance date of the contract(s) awarded as a result of this solicitation (request for proposals) Clauses made inapplicable by the reference or by the kind of order or contract (e.g., contracts for services or purchase of supplies) instead of for sale of recyclable materials are self-deleting. The complete text of any clause incorporated in this solicitation/contract by reference is available at www.acquisition.gov/FAR.

REFERENCE CLAUSE TITLE 52.203-5

COVENANT AGAINST CONTINGENT FEES 52.222-21

PROHIBITION OF SEGREGATED FACILITIES 52.222-22

PREVIOUS CONTRACTS AND COMPLIANCE

REPORTS (Please X where Applicable) The offeror represents that --

(a) IT has, has not participated in aprevious contract or subcontract subject to the Equal Opportunity clause of this solicitation;

(b) It has, has not filed all required compliance reports; and (c)Representations indicating submission of required compliance reports, signed by proposedsubcontractors. will be obtained before subcontract awards. 52.222-26

EQUAL OPPORTUNITY 52.222-35

EQUAL OPPORTUNITY FOR VETERANS 52.222-36

AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES

L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS:

1. Offerors shall submit offers via facsimile transmission or via email. Such offers shall

specifically refer to this request for proposals, must include the item(s) or lot(s), estimated

quantities, and the unit prices for which the offer is submitted. Additionally, the offer shall

contain all the representations and other information required by the request for proposals

together with a statement that the Offeror agrees to all the terms, conditions, and provisions of

the solicitation. Failure of the Offeror to furnish in the electronic or facsimile offer, the

representations and information required in the request for proposals may necessitate rejection of

the offer. Offers must be signed by a person authorized to conduct negotiations and sent to the

attention of the Contract Negotiator, Alexandra Cordts The Contract Negotiator may be reached at

401-832-2027 or email alexandra.cordts.civ@us.navy.mil. Proposals must be received by 3:00 PM EST on Monday, November 14, 2022. Offers received after this date and time are considered late and are ineligible for award.

2. Requirements for Offeror Completion. Certain Sections of this solicitation require the offeror to provide information. Offerors should review the solicitation carefully, fill in all blanks, and insert relevant data wherever required. *Sections of Note- B, I (Provision 52.222-22), and Section M (Signature).

3. Collusion warning. Offerors are cautioned to submit their offers without consultation, communication, or agreement with any other offeror for the purpose of restricting competition. Offer (bid) rigging is a federal felony criminal offense under section 1 of the Sherman Anti-Trust Act (15 U.S.C. 1 ). Conviction carries with it a fine of up to $1,000,000 for corporations and up

to $100,600 or three years imprisonment (or both) for individuals. Contractors are encouraged to report suspected violations of this criminal law to the Contract Negotiator at 401-832-2027. This matter is of the greatest importance to this contract and your utmost cooperation in insuring that this process exemplifies maximum free and open competition among offerors is solicited and appreciated.

4. Explanation to Offerors. Any explanation desired by an offeror regarding the meaning or

interpretation of the request for proposals, specifications, conditions, etc., must be requested in

writing and received by the Contract Negotiator in sufficient time to allow for a reply to reach

all offerors before the submission of their proposals. Oral explanations or instructions given

before the award of a contract(s) will not be binding. Any information given to a prospective

offeror as an amendment to the request for proposals will be furnished to all prospective offerors.

5. Contractor Registration Requirements. Any contractor doing business with the federal government

must be registered with and provide Online Representations and Certifications to the System for

Award Management located at www.Sam.gov.

Please contact the Contract Negotiator, Alexandra Cordts (Phone number: 401- 832-2027; email

alexandra.cordts.civ@us.navy.mil) for more detailed instructions if necessary.

6. Past Performance Information. Provide a list of all the most current relevant (maximum of 5)

contracts and subcontracts that are currently in process or have been in completed during the past

two (2) years. Contracts listed shall include those entered into with Federal, State or local

Governments as well as commercial customers. Please provide the contract number and a point of

contact for all contracts listed.

M. EVALUATION FACTORS FOR AWARD OF CONTRACT:

1 Single award by lot An award will generally be made to a single responsive responsible Offeror for all items for each lot. However, NUWCDTVNPT reserves the right to split lots or to award by item when the KO determines that to be more advantageous to

NUWCDIVNPT.

2. Contract(s) will be awarded to those responsible Offerors whose proposals (conforming to the

request for proposals) will be most advantageous to NUWCDIVNPT, price and other factors considered.

Award will be based on the best value offered to the Government. -Offers will be evaluated on two

evaluation factors, PAST PERFORMANCE and PRICE. Each factor is equally important.

(a) Past Performance - Past performance will be evaluated as an indicator of the Offeror's expected

future performance. The currency and relevance of the information, source of the information,

context of the data, and general trends in contractor's performance are representative of the types

of data that may be considered. The Government may contact points of contact listed in the

Offeror's proposal for the purpose of obtaining additional past performance information. The number

of contacts, if any, will be determined by the Government at its discretion. Selection of contacts

may be random.

(i) The Government may consider information concerning the Offeror's past performance that is not contained in the proposal. This may include information furnished by points of contact not named in the proposal or information from other sources such as Past Performance Information Retrieval System.

(ii) In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance.(b) Price -The Government will evaluate proposed prices in accordance with FAR15. 15.404-1-Proposal Analysis Techniques.3. NUWCDIVNPT reserves the right to reject any or all proposals and to waive informalities and minor irregularities in proposals received. In addition NUWCDIVNPT reserves the right to Withdraw or not award a contract for which the KO determines the price(s) received are not fair and reasonable.4. Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the KO to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

CONTRACTOR (Signature of person authorized to sign) DATE

NAME AND TITLE OF SIGNER (Type or Print)






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • 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 >