Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOLICITATION NOTICE

H -- Radiographic Non Destructive Testing

Notice Date
12/7/2020 3:31:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523621Q0021
 
Response Due
12/14/2020 11:00:00 AM
 
Archive Date
12/29/2020
 
Point of Contact
Elisa Allison, Phone: 6195561216, Cynthia Y. Urias, Phone: 6195561336
 
E-Mail Address
elisa.allison@navy.mil, cynthia.urias@navy.mil
(elisa.allison@navy.mil, cynthia.urias@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001- The purpose of this amendment is to revise the Statement of Work (SOW), answer vendors� questions, and extend the solicitation closing date and time.� Please find revised SOW in the attachments and see the questions and answers below. The Government will make a source selection based on the Lowest Price Technically Acceptable method in accordance with FAR 13.106-2(b)(3). In accordance with SOW paragraph 2.2, please submit copies of the applicable procedures to include written practice, visual inspection, and radiographic inspection along with your quote using the attached Pricing Worksheet (excel format) via e-mail to Elisa Allison, elisa.allison@navy.mil (primary), and Cynthia Urias, cynthia.urias@navy.mil (secondary). Both must be received by the destination inbox no later than *14 December 2020, 11:00 AM (Pacific)* or they will not be considered for award. Questions and Answers: Contractor Question #1:� Can SWRMC provide detailed description/drawings of the test coupons plates and pipes with thicknesses?�� Reference: SOW paragraph 1.1.� �Welder Re-qualification Shop is in need of Radiographic Testing support services for the testing of welder re-qualification test coupons� Government�s Answer:� The detail description/drawings of the test coupons plates and pipes will be in accordance with SOW paragraph 2.1.�� Thickness is usually but not limited to, 3/8� Plate, 2-1/2� Schedule 160 pipe, 1� schedule 80 pipe. Contractor Question #2:� Does paragraph 3.1 require radiographic service to be performed onsite at SWRMC? Or can the contractor perform services at own facility? Reference: SOW paragraph 3.1. ��The contractor shall coordinate all aspects of the transportation of personnel to the Government facility and all equipment, materials and supplies to the facility to perform stated services.� Government�s Answer:� Radiography would be performed at the Contractor�s Site.� The Contractor would be responsible for picking up the test coupons and delivering the test coupons with the reports and the RT film. Contractor Question #3:� Can the contractor utilize Digital DDA radiography for exposure for plates and superimposed/eclipse exposures for the pipe coupons? Reference: SOW paragraph 4.1 para 3.1 shall be tested using radiographic procedures by one or two method per the requirement of references 2.1, 2.2, and 2.3. Government�s Answer:� Digital Radiography for welds is not allowed by SOW paragraph 2.2.� Pipe may be radiographed either superimposed or offset as allowed by SOW paragraph 2.2. Contractor Question #4:� The contractor plans to supply transportation, can multiple drivers be accessed? Reference: SOW paragraph 4.3 The contractor shall pick-up test coupons from SWRMC EPF Code 925 Welder Re-qualification Shop in paragraph 6.1 as per request by Welder Re-qualification Supervisor. Defense Biometric Identification System (DBIDS) access will be required to gain access inside SWRMC. The Contractor will be required to fill out a SECNAV 5512/1. SWRMC EPF General Supply Specialist Lead can be the sponsor. Government�s Answer:� Yes, as long as all drivers can attain DBIDS access. Contractor Question #5:� Understanding that emergent services cannot be planned, however what is the typical past experience? What would be the percentage of emergent inspections? For same day service will there be a point of contact that can accept emails for this service? Is second shift considered same day per this RFQ? Does the visual inspection on the weld(s) require an AWS Certified Weld Inspector or is a NAS410 Visual Weld Inspector acceptable?? Reference: SOW paragraph 4.4 Test coupons shall be inspect by the contractor using visual and radiographic test methods per the requirements of section 8 and 3 of reference 2.2 respectively with same day service especially for emergent welding qualifications. Government�s Answer:� SOW paragraph 2.1 requires that NDT Inspectors be in accordance with paragraph 2.2.� The use of AWS Certified Weld Inspector or a NAS410 Visual Weld Inspector is NOT equivalent.�� In addition reference 2.2 requires that each activity develop, certify, and qualify written procedures for each method performed.� Please submit copies of the applicable procedures to include written practice, visual inspection, and radiographic inspection to the SWRMC NSTP 271 NAVSEA Authorized Rep/Government Inspector for review prior to the award of the contract. Contractor Question #6:� Is the period of performance for 1 day considered 24 hours? Reference: SOW paragraph 4.6 Test coupons shall be inspected and interpreted by the contractor as per the requirements of section 3 of reference 2.2 within 1 working days. Government�s Answer:� Yes. Contractor Question #7:� Is digital format acceptable? Reference: SOW paragraph 4.9 All films, reports, records, and test coupons shall be packaged and delivered back to SWRMC EPF Code 925 Welder Re-qualification Shop in paragraph 6.1 when complete. Government�s Answer:� No, SOW paragraph 2.2, states when a signature is specified here-in, the signature shall be written and entered on each inspection record. Contractor Question #8:� Is the government willing to explore the possibility of shipping the coupons? Government�s Answer:� No, this will add to the lead time and slow the process. Contractor Question #9:� Can we perform Inspection at your facility?� Government�s Answer:� No.� The solicitation is for radiographic services. SWRMC at this time does not have the authorization to allow ionizing producing equipment on Federal Jurisdiction property / SWRMC buildings onboard Naval Base San Diego for contracted weld qualification services. Contractor Question #10:� Are all test coupons provided at the same time?� Government�s Answer:� No. Contractor Question #11:� If not provided at the same time, in what quantity will they be provided? Government�s Answer:� Coupon amount varies per week, 5 to 6 would be a heavy week. Contractor Question #12:� What is the thickness and size of test coupons?� Government�s Answer:� Plates are 3/8� thick 11� x 6� total, pipes are 3� pipe x 12� long. Contractor Question #13:� How much advance notice of inspection or lead time for inspection?� Government�s Answer:� 1 to 2 day notice. Contractor Question #14:� Is acceptance / rejection criteria 5.2 & class 1 from MIL-STD-2035A?� Government�s Answer:� Yes, that is what is invoked in the contract via NSTP 248 Rev. 1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The Request for Quotation (RFQ) N5523621Q0021 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 12 and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 541380 � Testing Laboratories. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2021-02 (Effective 23 November 2020) and DFARS Publication Notice 20201001. DESCRIPTION: The requirement is for Radiographic Testing Support Services, for a five year period of performance (Base and 4 option years) firm-fixed-price (FFP) purchase order:� � The full text FAR and DFAR references may be accessed from https://acquisition.gov� Standard Commercial Warranties apply A. FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors must comply with all instructions contained herein. 52.212-2 Evaluation Commercial Items, Evaluation � Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. �� �Price � The Government will award this requirement based on the lowest overall price of all item;� Inclusion of option years, considered technically acceptable (LPTA) B. 52.212-3 -- Offeror Representations and Certifications � Commercial Items. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. �If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete). �Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award �C. FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items� APPLICABLE PROVISIONS AND CLAUSES:� The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.� The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and https://www.acquisition.gov/content/regulations, respectively. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.� 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014� 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015� 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and� �� � � Federal Law FEB 2016� 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.217-8 Option to Extend Services NOV 1999 52.232-16 Progress Payments Jun 2020 52.232-16 Progress Payments, Alternate I Mar2000 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013� 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013� 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay of Work APR 1984 52.246-2 Inspections of Supplies � Fixed Price AUG 1996 52.246-16 Responsibilities for Supplies APR 1984 52.252-2 Clauses incorporated by reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Work Product APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident� � � � � � � � � � � � � Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support MAY 2016 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2018 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American � Balance of Payments Program Certificate DEC 2017 252.225-7001 Buy American and Balance of Payment Program DEC 2017 252.225-7002 Qualifying Country Sources as Subcontractors DEC 2017 252.225-7048 Export Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2019 252.232-7006 Wide Area Work Flow Payment Instructions. DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and� � � � ��� � � � � � Consideration APR 2020 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.247-7023 Transportation on Supplies by Sea APR 2014 52.212-1 Instructions to Offerors-Commercial Items ADDENDUM -- Submission Instructions. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 02 December 2020, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center, (SWRMC)� Email: citing the solicitation number in the subject line - N5523621Q0021 Email Addresses: elisa.allison@navy.mil and cynthia.urias@navy.mil� All questions shall be received no later than 02 December 2020 at 11:00 AM (Pacific). 52.212-2 Evaluation -- Commercial Items (JAN 1999):� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� Evaluation Factors- The evaluation factors that will be used are: 1.�� �Technical Acceptability � Ability to meet the salient characteristics of the Statement of Work (SOW) 2.�� � Price � Low price technically Acceptable (LPTA) 3.�� � Past Performance �� Price: � � �The Government will evaluate the overall total for base and four option years proposed price for� � � � � � � � �reasonableness in accordance with FAR 13.106-3 (a)(1).� Past Performance: �The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Statement of Work, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. �Per DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).� (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).� (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).� (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or� �� � Proposed for Debarment� 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313) 52.219-6 Notice of Total Small Business Set-Aside� 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 52.222-35 Equal Opportunity for Veterans� 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving� 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- System for Award Management 52.217-5 Evaluation of Options July 1990 The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-8 Option to Extend Services NOV 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract MAR 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) 52.232-18 Availability of Funds APR 1984 Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.� C-202-H001 Additional Definitions � Basic OCT 2018 C-212-H002 Contractor Proposal NAVSEA OCT 2018 F-242-H001 Contractor Notice Regarding Late Delivery OCT 2018 G-232-H002 Payment Instructions and Contract Type Summary for Payment Office JUN 2018 G-232-H005 Supplemental Instructions Regarding Invoicing JAN 2019 G-242-H001 Government Contract Administration Points of Contact and Responsibilities OCT 2018 PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. D-211-H005 Identification Marking of Parts � Alternative I OCT 2018 DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. SPECIAL CONTRACT REQUIREMENTS: Please submit your quote using the attached Pricing Worksheet (excel format) via e-mail to Elisa Allison, elisa.allison@navy.mil (primary), and Cynthia Urias, cynthia.urias@navy.mil (secondary). QUOTES must be received by the destination inbox no later than *03 December 2020, 11:00 AM (Pacific)* or they will not be considered for award.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad29462c560e44ca94a37140439777b1/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN05867821-F 20201209/201207230142 (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 |
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.