SOLICITATION NOTICE
J -- Repair and Overhaul of One (1) 7M RHIB Boats.
- Notice Date
- 5/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N00189T100242
- Response Due
- 5/27/2010
- Archive Date
- 6/27/2010
- Point of Contact
- Belinda.Griffin 757 443 1458
- Small Business Set-Aside
- Total Small Business
- 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 under the test program for commercial items found at FAR 13.5, 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-T-0242. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41and DFARS Change Notice 20100507. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336611 and the Small Business Standard is 1,000 people. The SIC code is 3732, FSC 2990. The Fleet and Industrial Supply Center Norfolk requests responses from qualified sources capable of performing an overhaul for CLIN 0001 - one each 7M Rigid-Hulled Inflatable Boat, (7M RHIB). The make of the inflatable boat is Zodiac. The overhaul will include the installation of SUB CLIN 00101 J-733A021-G-Zodiac Spanson with Auto Inflatable feature with Pressure Switch, SUB CLIN 000102 Vessel View Kit and SUB CLIN 000103 Leaning post with Hatch and Labor. This requirement will be procured and awarded as a 100% Small Business Set-Aside. The NAICS code is 336611; SIC Code 3732, FSC 1910 Size Standard 1,000 employees. The time to complete the service shall be stated in the quote. The delivery location is the Explosive Ordnance Disposal Operational Support Unit Ten, 1078 Hospital Road, Fort Story, Virginia Beach, VA 23459-3050. 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, Central Contractor Registration (APRIL 2008); 52.212-1, Instructions to Offerors - Commercial Items; (JUNE 2008)52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items (AUG 2009); 52.212-4, Contract Terms and Conditions - Commercial Items; (MAR 2009) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APRIL 2010) including: 52.215-5 Facsimile Proposals, (OCT 1997) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).52.219-28, Post Award Small Business Program Representation, (APR 2009) 52.222-3, Convict Labor, (JUNE 2003)(E.O. 11755) 52.222-19, Child Labor, Cooperation with Authorities and Remedies (AUG 2009)(E.O. 13126)52.222-21, Prohibition of Segregated Facilities, (FEB 1999)52.222-26, Equal Opportunity, (MAR 2007) (E.O. 11246)52.222-50 Combating Trafficking in Persons, (FEB 2009) (Applies to all contracts) 52.225-13, Restrictions on Foreign Purchases (JUN 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer - Central Contracts Registration (OCT 2003) (U.S.C. 3332) 52.247-34 FOB Destination (NOV 1991) Quoters are reminded to include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, (AUG 2009) and it's ALT I with quotes. The following DFAR provisions and clauses are applicable to this procurement:DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (APRIL 2010) 252.225-7001 Buy American Act and Balance of Payments, (JAN 2009)252.232-7003, Electronic Submission of Payment Requests (MAR 2008)252.247-7023, Transportation of Supplies by Sea, (MAY 2002)252.232-7010 - Levies on Contract Payments (DEC 2006); 5252.NS-046P Prospective Contractor Responsibility (AUG 2001); DFARS 252.204-7004 Alt A, Central Contractor Registration (SEP 2007)5252.203-9400 Personal Conflicts of Interest (DEC 2009)5252.203-9401 Notification of Use of Former/Retired Military (DEC 2009)5252.203-9402 Use of Information/Technical Data (DEC2009)5252.232-9402 Wide Area Workflow (WAWF) (FEB 2010) The following Buy American Certificate is incorporated in full text: 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 2009) (a) Definitions. Commercially available off-the-shelf (COTS) item, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: -----------------------------------------------------------------------(Line Item Number Country of Origin) -----------------------------------------------------------------------(Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- The following Site Visit FAR Clause is incorporated in full text: 52.237-1 SITE VISIT (APR 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.(End of clause) SITE VISITA site visit will be conducted prior to receipt of offers so that all perspective contractors may view and inspect the 7M Rigid-Hulled Inflatable Boat, (7m RHIB) that is to be overhauled per the requiring activity Explosive Ordnance Disposal Operational Support Unit Ten, 1078 Hospital Road, Fort Story, Virginia Beach, VA 23459-3050. Thus site visit will give all attendees the opportunity to inspect the vessel for more information reference the required overhaul. In order to attend the site visit the contractors shall arrive at the Explosive Ordnance Disposal Operational Support Unit Ten, Bldg 1078, 1078 Hospital Road, Fort Story, Virginia Beach, VA not later than 10:00 AM on 25 May 2010. Park as needed. All attendees shall assemble outside EODOSU-10, Bldg 1078 and wait to be escorted to the site. Due to base security requirements, failure to make reservations for base entry by Close Of Business 24 May 2010 may prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. Date:25 May 2010 Time:10:00 AM ESTLocation:Explosive Ordnance Disposal Operational Support Unit Ten, Bldg 1078, 1078 Hospital Road, Fort Story, Virginia Beach, VA 23459-3050 Interested offerors must contact the contract specialist, Ms. Belinda Griffin no later than by 21 May 2010, 5:00 pm via telephone at (757) 443-1458, email at belinda.griffin@navy.mil or by facsimile phone at (757) 443-1402 to confirm appointment. Directions to the facility are provided below. Offerors are to provide Company name, each representative's full name, and be prepare to present proper identification, and proof of employment of said company. Additionally, when requesting access to drive on the base facilities all offerors shall be in possession of valid drivers license, registration, inspection and insurance. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND INSPECTION PARTIES HAVE DEPARTED THE SITE. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO ENTER THE SITE PRIOR TO OR AFTER THE SCHEDULED SITE VISIT DATE. ONLY THOSE CONTRACTORS WHO ATTEND THE SITE VISIT WILL BE ALLOWED TO QUOTE. NO QUOTES WILL BE ACCEPTED FROM CONTRACTORS WHO DO NOT ATTEND THE SITE VISIT. Directions to Facility:1. In order to attend the site visit you must ascertain a pass to enter Fort Story. If you plan to drive on to the installation, you will be required to provide a valid driver's license, registration, and proof of Insurance, or otherwise valid ID only if pedestrian. 2. To obtain a pass proceed to the Pass and Decal office, Building 700, First Floor off of Atlantic Avenue. You must enter through Gate # 8 (main gate). Once a pass is received, proceed to Bldg 1078 located on 1078 Hospital Road. Date: Tuesday May 25, 2010Time: 10:00 AMLocation: Explosive Ordnance Disposal Operational Support Unit Ten, Bldg 1078, 1078 Hospital Road Virginia Beach, VA 23459 3. Please allow at least half an hour for processing at the Pass and Decal office. 4. The Technical Point of Contact (TPOC) at the site visit will be LS2 (SW/AW) Earle Walcott. LS2 Walcott may be reached at telephone 757 422 7936, Ext 224 or email: earl.walcott@navy.mil. Other POCs are CM1 Steven Jeffers, 757 422 7936, Ext 244 or email steven.jeffers@navy.mil and LSC Shannon Armstrong, 757 422 7936, Ext 225 or email at Shannon.o.armstrong@navy.mil. This announcement will close at 4:00 PM (EST) on Thursday, 27 May 2010. Contact Belinda Griffin, who can be reached at 757 443 1458 or email at belinda.griffin@navy.mil. Fax number is 757-443-1402. All responsible sources who attend the site visit may submit a quote which shall be considered by the agency. Quoters must be registered in the Central Contractor Registration database, CCR, to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a signed copy of above certificate, 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. The following NAVSUP Clause reference Contractor Access is incorporated in full text: SUP 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 - "DoD Implementation of Homeland Security Presidential Directive - 12 (HSPD-12)" dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor's Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command's Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor's Security Representative. The Contractor's Security Representative shall be the primary point of contact on any security matter. The Contractor's Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive PositionsContractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements:.Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and.Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor's Security Representative must submit for all employees each of the following:.SF-85 Questionnaire for Non-Sensitive Positions.Two FD-258 Applicant Fingerprint Cards.Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor's Security Representative shall be responsible for initiating reinvestigations as required. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. Sensitive Positions Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access. To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete:.SF-85P Questionnaire for Public Trust Positions.Two FD-258 Applicant Fingerprint Cards.Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. To maintain continuing authorization for an employee to access a DoD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor's Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems AccessWhen access to IT systems is required for performance of the contractor employee's duties, such employees shall in-process with the Navy Command's Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual's performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval ProcessThe Contractor's Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command's Security Manager. The Contractor's Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command's Security Manager. Forms and fingerprint cards may be obtained from the Navy Command's Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee's anticipated date for reporting for duty. The Navy Command's Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command's Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command's Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract.If contractor employees already possess a current favorably adjudicated investigation, the Navy Command's Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee's performance under the contract. The Navy Command's Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189T100242/listing.html)
- Place of Performance
- Address: Explosive Ordnance Disposal Operational Support Unit Ten, Bldg 1078, 1078 Hospital Road, Virginia Beach, Virginia
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN02152699-W 20100520/100518234951-dd95e112f9be3e71c9c45f7907cf81da (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |