Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
SOLICITATION NOTICE

J -- Fairbanks Morse Diesel Engine Repair - Statement of Work

Notice Date
10/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-16-T-0009
 
Archive Date
10/31/2016
 
Point of Contact
Aimee Maciejewski, Phone: 2074385524
 
E-Mail Address
Aimee.Maciejewski@Navy.mil
(Aimee.Maciejewski@Navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4 - FOUO Guidance (3 Pages) Attachment 3 - NNPI Form (2 Pages) Attachment 2 - DD 254 (2 Pages) Attachment 1 - SOW (1 Page) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-16-T-0009. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150930. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 811310. The small business size standard for NAICS Code 811310 is $7.5M. This is a sole source (restricted) solicitation action to Coltec Industries, Inc. (DBA Fairbanks Morse Engine), due to specific characteristics of this service, namely Fairbanks Morse Engine is the OEM, and authorized repair facility and part supplier of subject requirement. ITEM DESCRIPTION 0001 Job - Technical Representative Services - Provide all labor, management, supervision and transportation to repair one (1) Diesel Engine Upper Vertical Drive Unit at Portsmouth Naval Shipyard, Kittery, ME, in accordance with the Statement of Work (Attachment 1). 0002 Job - OEM's Facility Mechanic Labor - Provide Mechanic Labor Services to Open, Inspect, Report and Overhaul One (1) Upper Vertical Drive Unit at Portsmouth Naval Shipyard, Kittery, ME, in accordance with the Statement of Work (Attachment 1). 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: 52.204-2, Security Requirements (Aug 1996) 52.204-7, System for Award Management (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.217-9, Option to Extend the Term of the Contract 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Oct 2015) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Oct 2015) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (April 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) 52.223-6, Drug-Free Workplace (May 2001) 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, (May 2008) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Contractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984) 52.242-15, Stop Work Order (Aug 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.245-1, Government Property (Apr 2012)52.245-2, Government Property Installation Operation of Services (Apr 2012) 52.245-9, Use and Charges (Apr 2012) 52.246-1, Contractor Inspection Requirements (Apr 1984) 52.246-4, Inspection of Services - Fixed Price (Aug 1996) 52.246-20, Warranty of Services (May 2001) 52.247-34, F.O.B. Destination (Nov 1991) 52.249-1, Termination for Convenience of the Government (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb, 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7007, Alt A (Jan 2015) DFARS 252.204-7008, Compliance with Safeguarding covered Defense Information Controls (Aug 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.211-7007, Reporting of Government Furnished Property (Aug 2012) DFARS 252.223-7006 Hazardous Material Disposal (May 2013) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001, Pricing of Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) This announcement will close at 12:00 pm EST on Wednesday October 21, 2015. Contact Aimee Maciejewski at 207-438-5524 or email aimee.maciejewski@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via email to aimee.maciejewski@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 811310, and payment terms. Quotes over fifteen (15) pages will not be accepted. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. A DD254 (Attachment 2) shall be required. Refer to NNPI Form (Attachment 3) and FOUO Guidance (Attachment 4). ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e88255b7bdf8189352a78231c49b9aa1)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03918473-W 20151010/151008235113-e88255b7bdf8189352a78231c49b9aa1 (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.