Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2015 FBO #5122
SOLICITATION NOTICE

20 -- Combined Synopsis for Ship Repair

Notice Date
11/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018916T0059
 
Response Due
12/2/2015
 
Archive Date
12/17/2015
 
Point of Contact
Quincy Gaines 757-443-1230
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to negotiate a sole source firm fixed price contract for the replacement of the Shaft Seal Assembly for The USS Winston Churchill. This combined Synopsis/Solicitation will be done by utilizing the policies and procedures of Federal Acquisition Regulation (FAR) Part 12.6 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. The requirement will be solicited as sole source procurement to Wartsila Defense Inc as they are the Original Equipment Manufacturer. Additionally, all drawings, castings and dimensions are proprietary to Wartsila Defense Inc. The NAICS code applicable to this procurement is 336611 Ship Building and Repairing. The size standard is 1000 employees. The solicitation number is N00189-16-T-0059 and is issued as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20151118. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. MID-Atlantic Regional Maintenance Center requires the replacement of the MX-9 shaft seals aboard The Winston Churchill because they are in need of replacement and they are the only thing keeping water out of the people tank. The seals must fit perfectly because there is a risk of serious injury, death or severe damage to ships systems and vital components. The contractor shall provide a MX9 DDG-51 face change out kit P/N 2D1002077-002 and DDG MX9 P/N H72113-6 shaft seal assembly for The USS Winston Churchill. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. The solicitation will be posted to this site (Navy Electronic Commerce Online or NECO). The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit a quotation. All responsible sources may submit a quotation which will be considered by the Government. By submitting a quotation, the vendor will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the vendors at any time prior to award. By submission of a quotation, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement to Mr. Quincy Gaines at either 757-443-1230 or quincy.gaines@navy.mil. The following FAR provisions and clauses are applicable to this procurement: 52.204-13System for Award Management Maintenance 52.204-7System for Award Management 52.212-1Instruction to Offerors 52.212-3 Alt 1Offeror Reps and Certs 52.212-4Contract Terms and Conditions- Commercial Items(May 2015) 52.212-5Contract Terms and Conditions Required To implement Statutes or Executive Orders Commercial Items 52.204-10Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-22Previous Contracts and Compliance Reports 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers with Disabilities 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer-System For Award Management 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated By Reference 52.232-39Unenforceability of Unauthorized 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.247-34FOB Destination 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7005Representation Relating to Compensation of Former DOD Officials 252.203-7996Prohibition on Contracting with Entities that require certain internal confidentiality-representation. (OCT 2015) 252.203-7997Prohibition on Contracting with Entities that require certain internal confidentiality agreements. (OCT 2015) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Restriction on Acquisition of Specialty Metals 252.204-7009Restriction on Acquisition on Certain Articles Containing Specialty Metals 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015Disclosure of Information to Litigation Support Contractors 252.225-7000Buy American Act-Balance of Payments Program 252.225-7001Buy American Act and Balance of Payments Program 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7010Levies and Contract Payments 252.232-7006Wide Area Workflow Payment Instructions 252.244-7000Subcontractors for Commercial Items 252.247-7023Transportation of Supplies by sea This announcement will close at 4:00p.m. EST December 2, 2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0059/listing.html)
 
Place of Performance
Address: 9170 Second St., Norfolk, Va
Zip Code: 23501
 
Record
SN03956478-W 20151202/151130234203-b0ff5c3128fab71cd023c6460116cd29 (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.