SOLICITATION NOTICE
J -- Turbine Marine Gas Turbine Generator Maintenance and Operation Support Services
- Notice Date
- 4/24/2024 6:14:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
- ZIP Code
- 96322-1500
- Solicitation Number
- N6824624Q0018
- Response Due
- 5/1/2024 5:00:00 PM
- Archive Date
- 05/17/2024
- Point of Contact
- Jason Sakazaki, Phone: 6713395527, Rafael Eladio Battung, Phone: 6713395528
- E-Mail Address
-
jason.e.sakazaki.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil
(jason.e.sakazaki.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 using Simplified Acquisition Procedures under the Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, 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. This is a sole source requirement. The proposed contract action is for services which the Government intends to solicit and negotiate a Firm Fixed Price contract with one source, Turbine Marine, Inc., cage code�805X2. (ii) The solicitation number is N6824624Q0018 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06. (iv) This requirement is a 100% Small Business Set-Aside. The NAICS Code is 333611 � Turbine and Turbine Generator Set Units Manufacturing and the small business size standard is 1,500 employees. The small business office concurs with this decision. (v) See Attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (vi) The Government requires a firm-fixed price contract to provide Gas Turbine Generator Maintenance and Operation support services in accordance with the Performance Work Statement. See Attachment (1) Performance Work Statement for the description of the requirements. (vii) The ordering period will be for a Base period plus up to two Option periods under FAR 52.217-9 Option to Extend the Term of the Contract. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (x) Do NOT submit a completed copy of Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. Quoters must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-27 Prohibition on a ByteDance Covered Application 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matter 52.219-28 Post Award Small Business Program Rerepresentation 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-3 Convict Labor 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages for Contractor Workers under Executive Order 14026 52.222-62 Paid Sick Leave under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20 Aerosols 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses and provisions also apply to this requirement: Clauses: 52.204-14 Service Contract Reporting Requirements 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-7 System for Award Management 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services 52.217-9 Option to Extend the Term of the Contract 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.219-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.222-40 Notification of Employee Rights under the National Labor Relations Act 52.222-49 Service Contract Labor Standards�Place of Performance Unknown 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.224-3 Privacy Training 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 52.245-1 Government Property 52.245-9 Use and Charges 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Agency Office of the Inspector General 252.203-7004 Display of Hotline Posters 252.204-7000 Disclosure of Information 252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7008 Compliance with Safeguarding Covered Defense Information Control 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.204-7022 Expediting Contract Closeout 252.211-7003 Item Unique Identification and Valuation 252.211-7007 Reporting of Government-Furnished Property 252.211-7008 Use of Government-Assigned Serial Numbers 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services. 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024- O0006) 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 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.243-7999 Section 3610 Reimbursement (DEVIATION 2020-O0021) 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea Provisions: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.219-1 Small Business Program Representations 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region � Certification 252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations�Representation (Deviation 2024-O0006) Wage Determination: Service Contract Act WD # 2015-5693 Rev 20 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (xv) The date and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba202b2ad24148a3928e2ff3f2fce66c/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN07041029-F 20240426/240424230046 (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 |