Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2010 FBO #3224
SOLICITATION NOTICE

H -- Radiographic Inspection/Testing for Navy Welders

Notice Date
9/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0506
 
Response Due
9/27/2010
 
Archive Date
10/26/2010
 
Point of Contact
Danielle Murphy 619-532-3026 Contact the Contract Specialist via email at danielle.murphy1@navy.mil with regards to any questions related to this combined synopsis/solicitation.
 
E-Mail Address
Contract Specialist's Email Address
(Danielle.murphy1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION N00244-10-T-0506 FISC-San Diego, Regional Contracting Department is announcing issuance of a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The US Navy has a requirement for radiographic testing of welder performance re-qualification assemblies. Small business vendors who have commercial, radiographic testing of welder performance are encouraged to respond to this RFQ and should fully identify their interest and submit their capabilities to meet the requirements established under this RFQ to the Contracting Officer within the timeframe specified for this solicitation period. Responses received after the close of the solicitation period or without the required information will be considered non-responsive to the solicitation and not be considered for award. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-10-T-0506. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-30 and DFARS-DCN 20090115. This solicitation is issued as a total Small Business Set-Aside. NAICS Code 541380 is applicable and business size is $12.0 million. SECTION A:********************************************************************************* Line Item 0001: Radiographic Inspection/Testing Base Year 1 Oct 2010-30 Sept 2011 Line Item 0001AA: 1st Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0001AB: 2nd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0001AC: 3rd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0001AD: 4th Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0002: Radiographic Inspection/Testing Option Year 1 1 Oct 2011-30 Sept 2012 Line Item 0002AA: 1st Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0002AB: 2nd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0002AC: 3rd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0002AD: 4th Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0003: Radiographic Inspection/Testing Option Year 2 1 Oct 2012-30 Sept 2013 Line Item 0003AA: 1st Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0003AB: 2nd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0003AC: 3rd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0003AD: 4th Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0004: Radiographic Inspection/Testing Option Year 3 1 Oct 2013-30 Sept 2014 Line Item 0004AA: 1st Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0004AB: 2nd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0004AC: 3rd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0004AD: 4th Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0005: Radiographic Inspection/Testing Option Year 4 1 Oct 2014-30 Sept 2015 Line Item 0005AA: 1st Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0005AB: 2nd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0005AC: 3rd Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) Line Item 0005AD: 4th Quarter Radiographic Inspection of carbon steel plate tests (Qty 20) Radiographic Inspection of carbon steel pipe tests (Qty 10) STATEMENT OF WORK: Radiographic Testing Services 1.0 Scope: 1.1 General Southwest Regional Maintenance Center (SWRMC) is in need of radiographic support services for the testing of welder requalification test coupons 2.0 Applicable Documents: 2.1 Government Documents Ref: (1) S9074-AQ-GIB-010/0248: requirements for welding and brazing procedure and performance qualification (2) T9074-AS-GIB-010/271: Requirements for Nondestructive test materials (3) MIL-STD-2035A: Nondestructive testing Acceptance criteria 3.0 Contractor Requirements: 3.1 The contractor shall provide their personnel, all Personnel Protective Equipment (PPE) and consumable materials/supplies required to perform the tasks identified in sections 4.0 through 4.1.10. The contractor shall provide all of their own equipment to perform all aspects and phases of the radiographic inspection/testing required under this solicitation. The contractor shall coordinate all aspects of the transportation of personnel to the Government facility and all equipment, materials and supplies to the facility to perform stated services. 4.0 Contractor Operations / Tasks: 4.1 Test coupons shall be tested using radiographic procedures by one or two methods per the requirement of reference (1),(2), and (3) above. 4.1.2 Film viewing equipment shall be per par. 3.4.11.1 of reference (2) 4.1.3 The contractor shall pickup test coupons from the Navy Welder requalification facility onboard 32nd Street Naval Station, Bldg 3418, room 107 as requested by facility staff (Welder Re-qualification Supervisor). Naval Base Access is required. 4.1.4 Test coupons shall be inspected by visual and radiographic test methods per the requirements of section 8 and 3 of reference (2) respectively. 4.1.5 Radiographic film shall be processed per the requirements of reference (2) 4.1.6 Test coupons shall be viewed and interpreted per the requirements of section 3 of reference (2) 4.1.7 Test coupons shall be evaluated using the accept/reject criteria per the requirements of reference (3) 4.1.8 Reports shall be written per the requirements of reference (2) 4.1.9 All film, reports, records, and test coupons shall be packaged and delivered back to the Navy Welder Re-qualification Supervisor at SWRMC Bldg 3418, Room 107 when complete 4.1.10 The contractor s facility shall be subject to surveys required in paragraph 3.3.2.2 of reference (2) by the SWRMC Nondestructive Testing Examiner s Office 5.0 Government (SWRMC) responsibilities: 5.1 SWRMC to provide the following: 5.1.1 Material to the contractor for radiographic testing 5.1.2 Facility Memorandum of Agreements (MOA s) 5.1.3 Provide contractor with copies of the references listed above 5.1.4 SWRMC shall perform all inspection functions during the entire process. SWRMC shall perform all acceptance of completed services (using DD250 as the primary Material Inspection and Receiving Report) 6.0 Insepction/Acceptance Criteria 6.1 All work performed by the contractor shall be inspected by SWRMC QA/Site Coordinator/Designated Personnel at destination 6.2 Acceptance of services performed shall be performed on site by the Government Site Coordinator at destination 6.3 In the event that the contractor damages any material, the contractor shall stop work immediately and notify the FRC-SW QA Coordinator on site. A complete damage report is to be created by the Government QA. Defects will be documented by QA/Site Coordinator/Designated Personnel on SWRMC Form 4855/2A Work Discrepancy Sheet, and signed by the contractor. Review of the damage report shall be conducted by the Government and Contractor. Cost to repair the damages will be calculated. Cost of the repair of damages shall be borne by the Contractor. A mutually agreed upon resolution shall be worked out between the Government and Contractor. 7.0 The contractor shall comply and operate within all applicable Federal, State and Local Government environmental laws and regulations. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Services are to be performed aboard Naval Station, San Diego. Post Award Contract Administration will be performed by FISCSD, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices, IAW DFAR 252.232-7003. Any technical questions are to be directed to: Danielle Murphy, Contract Specialist US Navy, FISCSD, Code 240, 619-532-3026, Danielle.murphy1@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. SECTION B:********************************************************************************** FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1 None; SECTION C:****************************************************************************** FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the Best Value to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical Capability: To be determined technically acceptable, the contractor must furnish a quote that outlines and shows in sufficient detail how the contractor plans to provide the labor and administrative services to accomplish the radiographic inspection/testing required under this RFQ. Data must be submitted in accordance with FAR 52.212-1(b)(4). Provide information in an electronic (pdf preferred) if possible. Contractors meeting factor one will have their quotation further evaluated under factors ii and iii. (ii) Past Performance: Provide Past Performance data on your companies two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price and the name of Government activity or commercial company, point of contact/phone number. This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors shall provide the following pricing information: (a) Total unit pricing for each CLIN and a total cost for all CLIN s under this solicitation (b) Each CLIN total cost shall be broken down into cost elements for Carbon Steel Plate Tests and Carbon Steel Pipe Tests for Quarters 1-4 of each year.. (c ) Contractors shall provide their standard commercial hourly labor rate and provide current commercially published price listing for labor (if available). Note: This effort is not considered Time and Materials . The request for a cost breakdown for the radiographic inspection shall be used by the Contracting Officer as a guide for comparison against other contractor s quotations. Factor (ii) Past Performance is equally important to Pricing. Past performance information submitted will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate capability and performance. Past Performance shall be evaluated as follows: Neutral: No relevant past performance data available for evaluation. Marginal: Significant potential risk associated with contractor s performance. Satisfactory:Little risk anticipated with contractor s performance. Outstanding:Very little to no potential risk anticipated with contractor s performance. The award decision shall be based on the ability of a contractor to meet the requirements set forth in this RFQ shall be demonstrated by the contractor s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. SECTION D:********************************************************************************* FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. Clauses: 52.204-7 Central Contractor Registration (Jul 2006); 52.204-8 Annual Representations and Certifications (Jan 2006); Review 52.204-8 and provide response per clause. SECTION E:********************************************************************************* FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 is hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 333 Non US Navy Owned Cranes Aug 2004; 52.204-7 Central Contractor Registration (Oct 2003); 52.204-7 Central Contract Registration Oct 2003; 52.204-8 Annual Representations and Certifications Jan 2006; 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984; 52.228-5 Insurance-Work on a Government Installation; SECTION F:********************************************************************************** FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-7 Central Contract Registration; 52.204-8 Annual Representations and Certifications, Jan 2006; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires, May 1989; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; 252.225-7014 Preference for domestic specialty metals Jun 2005; NAVSUP 5252.232-9402 Invoicing and Payment WAWF Instructions; SPECIAL CONTRACT REQUIREMENTS: Clause FISCSD 129 Liability Insurance Limits-Aug 1992 The following types of and minimum amounts of insurance required: General Liability: bodily injury liability written on the comprehensive form of policy - $500,000 per occurrence Automobile Liability insurance written on the comprehensive form of policy for bodily injury and property damage liability covering the operation of all automobiles operated in the United States and used in conjunction with performing the contract - $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. Aircraft public and passenger liability when aircraft are used in connection with performing the contract - $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be $200,000 multiplied by the number of seats or passenger, whichever is greater. On Base Security Procedures: The awardee of any resultant contract shall be required to obtain all proper authorizations to gain access to Naval Station, San Diego. This will include but not limited to, proper/current vehicle insurance and registration, valid Government identification for employees, and proof of citizenship. The contractor shall be required to make all necessary arrangements with the SWRMC technical poc and the local base security department. End of Clauses/Provisions. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically pdf, MSword, via e-mail, or by fax. Contractors are to ensure that all required technical data, pricing, past performance data, certifications and signatures are provided. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., San Diego, CA 92132-0060 Attn: Danielle Murphy, Contract Specialist, Code 240, 619-532-3026, 619-532-1088 fax. Danielle.murphy1@navy.mil Reference solicitation number: N00244-10-T-0506 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on September 27, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0506/listing.html)
 
Record
SN02288987-W 20100922/100920235008-da733676a52ed7401eed94e0f9dc1744 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.