SOLICITATION NOTICE
53 -- Hydraulic Power Plant
- Notice Date
- 8/10/2020 8:56:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660420R0864
- Response Due
- 8/14/2020 8:59:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- CARRIE R. ROCHELLE, Phone: 4018326562, Teresa M. Michael, Phone: 4018325434, Fax: 4018324820
- E-Mail Address
-
CARRIE.ROCHELLE@NAVY.MIL, teresa.michael@navy.mil
(CARRIE.ROCHELLE@NAVY.MIL, teresa.michael@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS AN UPDATE AS OF 08/10/2020. THE PURPOSE OF THIS 08/10/2020 UPDATE IS TO PUBLISH A QUESTION ASKED AND THE GOVERNMENT'S ANSWER. QUESTION:�� We have a question regarding one of the technical changes. Section 4.3.9 specifies that supply and return filters shall be 7 microns. 7 microns is not a common industry standard filter. 5 and 10 microns are common filter standards. We are planning to propose a 10 micron filter on the supply side and a 5 micron filter on the return side. Would it be possible to revise 4.3.9 to read as follows: 4.3.9 Supply filter shall be a maximum of 10 microns and return filter a maximum of 7 microns. Answer:�Since the ship requires 7 micron filters and our system is meant to replicate a ship�s, we would feel most comfortable with 7 micron filters. If 7 micron filters are that difficult to find due to not being the industry standard or would be cost prohibitive, then we would prefer a 5 micron filter on the supply side and a 10 micron filter on the return, or 5 micron filters on both supply and return. THIS IS AN UPDATE AS OF 08/06/2020. AN UPDATED SPECIFICATION DOCUMENT IS UPLOADED AS AN ATTACHMENT. PLEASE READ THIS ENTIRE NOTICE CAREFULLY. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) The solicitation number is N6660420R0864.� The solicitation is issued as a request for proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2020-06 / Effective Date 06-05-2020 (iv) This procurement is set aside 100% to small businesses, as concurred with by the Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Office of Small Business Programs, and the associated NAICS Code is 333996 - Fluid Power Pump and Motor Manufacturing and small business size standard is 1,250 employees. (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). CLIN� � �Description�� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� � ��Quantity� � �UoM 0001� � �Hydraulic Power Plant in accordance with � � � 1� � � � � � � � � � �Each � � � � � � � �Specification Document (Attachment) � � � � � � � �Firm Fixed Price (FFP) 0002� � Shipping Charges� � � � � � � � � � � � � � � � � � � � � � � � ���� � � 1� � � � � � � � � � �Lot � � � � � � � �(If separate shipping charges apply) � � � � � � � FFP (vi) Description of requirements for the items to be acquired: NUWCDIVNPT requires a Hydraulic Power Plant (also referred to as �the system�) to replace a legacy unit in the OA-9070B Towed Array Handler Land Based Test Facility (OA-9070B LBTF) located at NUWCDIVNPT.� The hydraulic power plant is used to drive hydraulic motors; specifically, it provides power to two radial piston motors in the OA-9070B LBTF. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Date of delivery:� TBD at time of award (But the install must occur by�30 September 2021) Place of delivery and acceptance:� Receiving Officer, Naval Station Newport 47 Chandler Street Newport, RI 02841���� FOB point: Destination (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The evaluation procedures to be used. The Government will award a purchase order resulting from this solicitation to the responsible offeror using a Best Value-Trade Off�source selection process.� Award will be made to the responsible Offeror meeting all requirements of the solicitation and whose proposal contains the combination of those factors offering the best overall value to the Government.� The best overall value to the Government will be determined by comparing the difference in value of technical (non-price) features of proposals with the difference in price to the Government. The following indicates the factors that will be considered for award: 1. Technical Approach 2.�Past Performance 3.�Price Factor 1 - Technical Approach 1. Describe its proposed technical approach to meet the Hydraulic Power Plant Specification Document (attached), including as much system detail as possible.� If possible, provide a picture of the system, a system data sheet, drawings, schematics, etc. 2. Provide a discussion of how the proposed hydraulic pump will meet the specifications, including any diagrams or calculations. 3. The above two (2) items are limited to eight (8) pages maximum. 4.�Discuss what types of features are used in hydraulic power plants to mitigate equipment and operator safety risks, and how the features will mitigate risk, limit one (1) page maximum. NOTE: The proposal must clearly demonstrate that it meets the Specification Document (attached).� Simply stating something to the effect that, �The proposal complies with or meets or exceeds the specifications�in the Requirements document"" is not sufficient. An offeror that simply states something to this effect and does not provide the level of system details in its technical approach as required above will be considered technically unacceptable. Factor 2 - Past Performance 1. Provide at least two examples of prior or current projects similar to this solicitation requirement that have been performed within the last five years. Provide a description of the project/work performed and level of effort provided. Explain how the project and this solicitation requirement are similar and relate to each other. Similar can mean equivalent flow and volume requirements and/or system similarity. If available, include a picture, figure, and/or hydraulic schematics of the prior project. Must include the following for each project: Contract Number or other equivalent number Organization Supported Indication as a Prime or Subcontractor Value Project point of contact with current telephone number and/or e-mail address Limit 1 page maximum per example (any pictures, figures, and/or hydraulic schematics are excluded from this 1 page limit) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 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: 52.204-10, 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 52.219-6, Notice of Total Small Business Set-Aside� 52.219-28, Post Award Small Business Program Rerepresentation� 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� 52.222-50, Combating Trafficking in Persons� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving� 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act �or one of its Alternates 52.225-13, Restrictions on Certain Foreign Purchases� 52.232-33, Payment by Electronic Funds Transfer�System for Award Management� (xiii) Additional contract requirement(s) or terms and conditions. Site visits are allowed. However, a Visitor Request form is mandatory for all visitors to NUWCDIVNPT. See the attached Visitor Request Info Needed document.� Contact Carrie Rochelle at (401) 345-8648 or carrie.rochelle@navy.mil to coordinate a site visit. Offerors must be registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available on the SAM website. (https://www.sam.gov/SAM/) The clause at 252.211-7003, Item Unique Identification and Valuation, applies to this acquisition. The clauses at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and 252.232-7006, Wide Area WorkFlow Payment Instructions, apply to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and the assigned rating:� Not Applicable for Commercial Items (xv) The date, time and place offers are due. Date:� �August 14, 2020 Time:� 11:59 pm Eastern Standard Time Place:� e-mail to carrie.rochelle@navy.mil (xvi) The name and telephone number of the individual to contact for information regarding the solicitation:� Carrie Rochelle, (401) 345-8648, carrie.rochelle@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ba805d0af668455a9a6608da0a775e9e/view)
- Place of Performance
- Address: RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05751511-F 20200812/200810230149 (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 |