Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2017 FBO #5734
SOLICITATION NOTICE

J -- Repair of the Standard Combustion Liner - Part Number 2307668

Notice Date
8/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010417QG017
 
Response Due
9/5/2017
 
Archive Date
3/31/2018
 
Point of Contact
Marsha Williams 717-605-2727 Marsha Williams
 
E-Mail Address
.williams@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii) RFQ N00104-17-Q-G017 is being issued as a request for quotation. iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. (iv) This requirement is not set-aside for small business. The NAICS code associated with this request is 333611 and a small business size standard of 1500 applies. (v) A list of line item number(s) and items, quantities, and units of measure (See Attachment A “ Schedule Pages). (vi) Description of requirements for the items to be acquired: 1. Services, Materials, And Parts To Be Furnished include: A.This requirement is for the Repair and/or Modification of the Combustion Chamber Liner, Part Number 23077668. The contractor shall furnish effort including labor, material, and facilities as may be required to repair and/or modify the ordered quantities of spare repairables assemblies in the Combustion Chamber Liner, part number 2307668. The spare repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute śGovernment Property ť as defined in FAR clause 52.245-1 śGovernment Property ť or 52.245-1 Alternate I, as applicable. Repair and/or modification of spare repairable assemblies will be accomplished in accordance with the attached Statement of Work (Attachment B). B.Prices will be for Repair/Modification of the items specified in the Schedule Pages (Attachment A) hereto, for a period of one year from the date of award and four successive twelve month Period(s). The quantities shown are the Government ™s best estimates and are neither minimum nor maximum quantities. All orders placed for repair during this time period shall be issued as priced orders. Therefore, offerors should insert firm-fixed prices for each year for the five year period of performance. C.All parts necessary to effect repairs shall be furnished by the contractor and shall be considered to have been included in the firm fixed price for repairs. D.CAV Reporting: The Contractor shall furnish effort including labor, materials, and facilities as may be required to accumulate, format, and transmit the transactions specified in Section B, Schedule of Supplies, CLIN 0001AB, 0002AB, 0003AB, 0004AB, 0005AB, WEB-Based Commercial Asset Visibility (WEBCAV) Statement Of Work (SOW), See Attachment B. 2. WEB - Based Commercial Asset Visibility (CAV) is required. CAV SHALL NOT BE SEPARATELY PRICED. 3. Fob Origin applies to ALL Contract Line Items. 4. This is a Five (5) Year Requirements Contract. See FAR Clause 52.216-19, Ordering (OCT 1995), FAR 52.216-19, Order Limitations (OCT 1995) AND FAR 52.216-21 Requirements (OCT 1995). The Quantities listed in the Schedule of Supplies (Attachment A), for each year period of performance are estimates only and are not guaranteed for any individual year. 5. The following documents are included as attachments to this RFQ: Attachment A “ Schedule pages of items to include Line item number(s), quantities and units of measure and a description of the requirement. Attachment B “ Statement of Work Attachment C “ Sections D through M Additional FAR clauses Attachment D “ CAV Statement of Work (vii) Ship to locations to be identified on individual orders. FOB origin applies to all contract line items. RTAT/Delivery is 90 days. (viii) FAR Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Evaluation of requirement shall be on a lowest priced, technically acceptable basis. See additional clauses in Section M of Attachment C. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.223-20, Aerosols (Jun 2016) (E.O. 13693). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64. (xiii) No additional contract requirements consistent with customary commercial practices are determined to be necessary for this acquisition. A subcontracting plan is required. (xiv) 52.211-14 - NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [ X ] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. DO-A3 applies. (xv) Offerors shall submit the price proposal by September 5, 2017, 1:00 PM EST to NAVSUP WSS Mechanicsburg, Attn: Marsha Williams, Bldg. 410, Code N77, 5450 Carlisle Pike, Mechanicsburg, PA 17055 or via e-mail to marsha.williams@navy.mil. (xvi) For questions please contact Marsha Williams at (717) 605-2727 or via e-mail to marsha.williams@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010417QG017/listing.html)
 
Record
SN04611489-W 20170805/170803232705-4d5f5ecdb3b92a108ffe1160efa7b877 (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.