SOLICITATION NOTICE
J -- Berthing Barge Tow/Maintenance/Cleaning YRBM(L) - 40
- Notice Date
- 2/5/2020 10:32:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
- ZIP Code
- 23511-2124
- Solicitation Number
- N5005420Q0023
- Response Due
- 2/7/2020 10:00:00 AM
- Archive Date
- 02/22/2020
- Point of Contact
- Warren D Howell, Phone: 7574000251
- E-Mail Address
-
warren.d.howell@navy.mil
(warren.d.howell@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a�COMBINED SYNOPSIS/SOLICITATION�for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP).� 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 WILL be posted to SAM BETA at�https://beta.sam.gov. THE RFQ number is�N5005420Q0023. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-04 and the DFARS Change notice 20191231. 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 is address:�https://www.acquisition.gov/. The NAICS CODE is 336611 and the small business standard is�1250 (# of employees). The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the parts that are identified in the attached Statement of Work (SOW).� The Government intends to solicit and award on a 100% Small Business set a side contract. Statement of Work Maintain Berthing Barge YRBM(L)-40 � 1.0 SCOPE: The Mid-Atlantic Regional Maintenance Center (MARMC) requires the unmanned vessel, Berthing Barge YRBM(L)-40, to be operated and maintained, for support of US Navy Ship Repair. � 1.1 REFERENCES: ����� 1.1.1 YRBM (L) � 40 Arrival and Departure Handbook ����� 1.2 REPAIR: 1.2.1 Maintain the Barge. ����� 1.2.1.1 In the performance of this paragraph, Contractor shall provide a multi-trades person(s) that understands how to operate and accomplish basic repairs to various systems on the barge to include, but not limited to, Communication, Electrical, Sewage, Air conditioning and refrigeration, piping and plumbing, and mechanical systems. Provide the correct material to perform the upkeep, maintenance and repairs. The multi-trades person(s) will be required to perform all maintenance on the barge eight (8) hours per day, Monday through Friday, and four (4) hours per day, on Saturdays, Sundays and all holidays. This paragraph is to be used to accomplish any and all system operations, upkeep, maintenance, and necessary basic repairs that may be required while ship�s force is living onboard. This paragraph includes labor hours and materials to cover any type of work that may be required. 1.3 Clean: 1.3.1 Clean the Barge no later than Feb 18, 2020 ����� 1.3.1.1 Cleaning and Sanitizing: Provide services/materials to deep clean and sanitize the entire craft. Entire craft defined as all interior surfaces of each compartment including decks, ventilation, piping, bulkheads, bathrooms, laundry facilities, galley, galley equipment, mess area, mess area equipment, desks, chairs, bunks, lockers, tables, mirrors and windows. ����� 1.3.1.2 Clean the interior surfaces of each compartment including decks, ventilation, piping, bulkheads, overheads, bathrooms, laundry facilities, and galley to include equipment and messing area, desks, chairs, bunks, lockers, and tables in accordance with the following: (a)� Prior to the start of cleaning, run ventilation system to preclude introduction of debris into cleaned areas. (b)� Remove and dispose of water, trash, grease, and debris from the barge. (c)� Clean the bulkheads, overheads, outside of piping, and ventilation free of dirt, grease, loose paint and foreign matter, using clean fresh water, detergent, and disinfectant. (d) Clean decks with detergent and hot water. (e)� Clean bathroom facilities including sinks, commodes, urinals, showers, and mirrors using hot water and detergent and sanitize. (f)� Clean galley and scullery equipment, reefers, dishwasher equipment, and laundry equipment with hot water and detergent and sanitize. (g)� Wipe down chairs, tables, bunks, and lockers and remove dust and foreign matter. (h)� Clean accessible windows and port holes inside and outside with glass cleaner, remove all paint from glass. ����������� 1.3.1.3 Accomplish a joint inspection of the barge with the COR and verify cleanliness for final acceptance No later than Feb 18 2020. � ����� 1.4. Deliver the Barge: ����� 1.4.1 Deliver the Barge to contractor facility on FEB 11, 2020� ����� 1.4.1.1 Provide services/materials for towing barges� in accordance with REF:1.1.1, but not limited to, securing for tow, providing towing lines, tow bridles, lights, alarms and batteries. Prices to include cost of labor, equipment and material. ����� 1.4.1.2 Pickup barge from Southgate, 3925 Burton Point Road Portsmouth, VA 23704 and deliver to at NASSCO Portsmouth, 2 Harper Rd, Portsmouth, VA 23707 ����� 1.4.1.3 This requirement includes providing adequate number of personnel to perform line handling, minimum of 3 personnel on the barge, and minimum of 3 personnel on the pier. � � � 2.0 DELIVERY: ����� 2.1 Craft Check: The vessel is located at Southgate, 3925 Burton Point Road Portsmouth, VA 23704 and can be accessed by contacting Technical Government POC. ����� 2.2 Execution: This contract will be executed entirely at NASSCO Portsmouth, 2 Harper Rd, Portsmouth, VA 23707. ����� 2.3 The Contractor is responsible for their own Lockout/Tagout for isolation to energized or pressurized systems while conducting repairs. The contractor shall be responsible for the removal and reinstallation of all interferences necessary for repairs. The contractor shall reinstall and perform necessary test(s) to all removed interferences/equipment upon completion of all installations specified herein. ����� 2.4 Remove and properly dispose of all debris or trash resulting from cleaning, removal, installation or any other aspect of task performance. ����� 2.5 Crane / Forklift Services will be provided by NASSCO as required. If Crane Services will be required, contact Technical Government POC at least 3 working days prior to the requirement. ����� 2.6 Except as otherwise provided in this contract the Contractor shall provide all material, labor services, equipment, and such other supplies and services as necessary for accomplishing assigned tasks. The contractor shall provide the necessary tools and test equipment to perform the repairs and maintenance actions. All materials to be commercial marine grade quality. ����� 2.7 Subcontractors are authorized for use on a case by case basis for repairs to refrigeration equipment and systems, galley/scullery equipment, Environmental Services, Cleaning, etc with prior authorization by the Technical Government POC.� Subcontractors are responsible for their own security requirements for access to NASSCO, Ship and barge. ����� 2.8 Contractors are advised, the entire vessel, topside and below decks, is to be considered a ""No Smoking Area"" unless otherwise indicated by shipboard policy. 3.0 PERIOD OF PERFORMANCE: All repairs to begin No Later than February 11, 2020, to continue through No Later than March 25 2020.� � 4.0 GOVERNMENT POINTS OF CONTACTS ����� 4.1 Contractual Government POC: Dave Howell Code 413 757-400-0251 Warren.d.howell@navy.mil � ����� 4.2 Technical Government POC (MARMC): Rick Cerza, PM/COR, Code 311, 757-615-3034, Richard.Cerza@navy.mil The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.240-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 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 -- Commercial Items. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting 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 52.222-3 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 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 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 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/46048713643244b8819a5e3c79d14572/view)
- Place of Performance
- Address: Portsmouth, VA 23707, USA
- Zip Code: 23707
- Country: USA
- Zip Code: 23707
- Record
- SN05552556-F 20200207/200205230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |