SOLICITATION NOTICE
J -- This is a sole source solicitation to Wartsila Defense, Inc. for propulsor repairs on a USS VA Class Submarine at Portsmouth Naval Shipyard, Kittery, ME. POP: 2/12/18-2/26/18. NAICS 336611. - Statement of Work
- Notice Date
- 12/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- N3904018T0027
- Archive Date
- 2/19/2018
- Point of Contact
- Deana Manfredi, Phone: 2074381630, Cody Grey, Phone: 2074384930
- E-Mail Address
-
deana.manfredi@navy.mil, cody.grey@navy.mil
(deana.manfredi@navy.mil, cody.grey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1: Statement of Work 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 N3904018T0027. This solicitation document and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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 the following addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 336611, and the small business size standard for this NAICS Code is 1,250 employees. ***This is a sole source solicitation to Wartsila Defense, Inc. This sole source solicitation is based on Submarine Maintenance Engineering, Planning and Procurement (SUBMEPP) Submarine Maintenance Standard (SMS) to have a qualified repair activity perform the repairs of the "FOS LER" and "Pc. 1A" components. Wartsila Defense is the only qualified company that can perform both the onsite weld repairs and hydrodynamic surface grinding on Virginia Class submarine propulsors. WARTSILA DEFENSE shall provide services to facilitate repairs to critical hydrodynamic surfaces of the Propulsor assembly phases of work. The Place of Performance is Portsmouth Naval Shipyard, Kittery, Maine. The estimated Period(s) of Performance (POPs) will be as follows: Item(s) and Description(s: 0001WARTSILA DEFENSE shall provide services to facilitate repairs to critical hydrodynamic surfaces of the Propulsor assembly. Period of Performance: 02/19/2018 to 02/23/2018. 0002WARTSILA DEFENSE shall provide services to facilitate repairs to critical hydrodynamic surfaces of the Propulsor assembly. Period of Performance: 02/19/2018 to 02/23/2018. 0003Travel for Items 0001 and 0002 in accordance with Joint Travel Regulations (Lodging, Airfare, Car Rental, Per Diem) Responsibility and Inspection: Unless otherwise specified in the order, the Vendor 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 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial item 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-42, Statement of Equivalent Rates 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messages while Driving 52.225-13, Restrictions on Foreign purchases 52.232-33, Payments by Electronic Funds Transfer - SAM 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.232-39, Unenforceability of Unauthorized Obligations 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses The Vendor shall include a completed copy of 52.212-3 and it's 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 DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel at Work Product DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023, Transportation of Supplies by Sea. This announcement will close at 11:00 AM (EST) on 12/28/ 2017. Contact Deana Manfredi at 207-438-1630 or email deana.manfredi@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Item is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Vendor's quote will be evaluated based on the following criteria. -Technical Acceptability - Price - Adhere to schedule (The contracting officer reserves the right to award based on ability to meet the desired schedule) The Vendor is required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the addendum to FAR 52.212-1 and determine to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. If the Technical Submission does not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for award. System for Award Management (SAM): The Vendor 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: The Vendor's quote must be sent via email to deana.manfredi@navy.mil. The Vendor's quote shall include price(s), a point of contact, name and phone number, CAGE code, technical specifications of units offered, business size under NAICS Code 336611, and payment terms. Quotes over 15 pages in total will not be accepted by email. The Vendor's response must clearly indicate its capability to meet all specifications and requirements. ******End of Combined Synopsis/Solicitation****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1728e5d69bf3e7f954af6cff14611cbc)
- Place of Performance
- Address: Portsmouth Naval Shipyard (PNS), Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN04760552-W 20171209/171207231402-1728e5d69bf3e7f954af6cff14611cbc (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 |