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: 06/03/19 to 11/05/19. NAICS: 336611. - Statement of Work - Redacted
- Notice Date
- 10/23/2018
- 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
- N3904019Q0020
- Archive Date
- 11/22/2018
- Point of Contact
- Deana Manfredi, Phone: 2074381630, Aimee Maciejewski, Phone: 2074385524
- E-Mail Address
-
deana.manfredi@navy.mil, Aimee.Maciejewski@Navy.mil
(deana.manfredi@navy.mil, Aimee.Maciejewski@Navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Att. 1: Statement of Work - Redacted 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 N3904019Q0020. This solicitation document and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20181001. 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. 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, Inc. is the only qualified company that can perform both the onsite weld repairs and hydrodynamic surface grinding on Virginia Class submarine propulsors. Wartsila Defense, Inc. 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: ItemDescription 0001WARTSILA DEFENSE shall provide all labor, materials, equipment, travel, transportation, and tools required to facilitate repairs to critical hydrodynamic surfaces of the Propulsor assembly in accordance with Specification Item 2.1.1. of the Statement of Work. Period of Performance: 06/03/2019 to 11/05/2019. 0002WARTSILA DEFENSE shall provide all labor, materials, equipment, travel, transportation, and tools required to facilitate repairs to critical hydrodynamic surfaces of the Propulsor assembly in accordance with Specification Item 2.1.2. of the Statement of Work. Period of Performance: 06/03/2019 to 11/05/2019. 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 supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Item 52.212-3 Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.216-1 Type of Contract: Firm Fixed Price 52.219-1 Alt ISmall Business Program Representations 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition if Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms HQ B-2-0022 CONTRACT SUMMARY FOR PAYMENT OFFICE HQ C-2-0023 EXCLUSION OF MERCURY HQ D-1-0002 PACKAGING OF SUPPLIES HQ D-2-0006 MARKING AND PACKING LIST(S) HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES HQ F-2-0004 F.O.B. DESTINATION HQ F-2-0005 F.O.B. Origin HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING Offeror(s) 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 DFARS contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel at Work Product 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7006 Billing Instructions 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 Safeguarding Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This announcement will close on 11/07/2018 at 03:00 PM (EST). 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. Quotes 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): 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, email address, phone number, CAGE code, technical specifications of units offered (brand, make & model), 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/1dadc0df7dd97a8a4d12c8c88fa81b23)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN05132100-W 20181025/181023230535-1dadc0df7dd97a8a4d12c8c88fa81b23 (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 |