Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

J -- Small Boat Maintenance

Notice Date
7/30/2024 3:47:13 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N00244-24-R-0054
 
Response Due
8/2/2024 10:00:00 AM
 
Archive Date
08/17/2024
 
Point of Contact
James L Blakely, Phone: 6195569097
 
E-Mail Address
james.l.blakely2.civ@us.navy.mil
(james.l.blakely2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****Revised****� Please submit quotes to�james.l.blakely2.civ@us.navy.mil.� Please review the Mainteneance Requirement Card (MRC) document prior to submitting your quote. STATEMENT OF WORK PROVIDE DIVE BOAT/TRAILER MAINTENANCE AND REPAIRS FOR UNDERSEA RESCUE COMMAND DIVE DEPARTMENT. Description: This Statement of Work (SOW) is in support of the Undersea Rescue Command dive department. The contractor shall provide reliable and efficient repairs and corrective maintenance services for URC Dive boat and Trailer. General Information: The contractor shall provide all necessary repairs and corrective maintenance on the URC Dive Boat and Trailer. The contractor shall provide all necessary personnel to conduct planned repairs and corrective maintenance. Requirements: Repair/Corrective Maintenance The contractor shall provide identified repairs and corrective maintenance to ensure proper operability of the URC Dive Boat and Trailer. Year One Maintenance Tasks:� �(EFFECTIVE DATE OF AWARD TO 31 JULY 2025) 2 x Request�Repair Activity Inspect/Replace Engine Internal Anodes-Outboard engine x2- A1R- H6YH 2 x Inspect, and Lubricate Cowling, Steering, and Trim Components-Outboard engine x2- R-2-H4LX 2 x Inspect/Replace External Anodes-Outboard engine x2-R-3-H4LY 2 x Clean/Inspect/Lubricate Outboard Engine Steering System- Outboard engine x2-R-4-H4LZ 2 x Inspect/Replace Engine Spark Plugs- Outboard engine x2-R-5-G9RY 4 x Change Gearcase oil- Outboard engine-R-6-H4MA 2 x Inspect Engine Throttle and Shift Control Cable-R-7-H4MB 2 x Replace Low Pressure Fuel Filter-R-8-H4MC 4 x Change Engine Oil and Filter-R-9-H4MD 4 x Perform Deep Cleaning and Cooling System Flush-R-10-H4ME 2 x Replace Engine (High Pressure) Fuel Filter-R-11-H4MF 2 x Inspect/Replace Engine Internal Sacrificial Anodes-R-13-H4MH 1 x Clean and Inspect Bilge and Bilge System-S-1-H6LY 1 x Clean, Inspect, and Lubricate Door and Hatch Hinges, Window Seals, Tracks and Mechanical Fasteners-S-7- 9SMA 1 x Inspect and Preserve Pilothouse and Components- A-3- J9DX 1 x Inspect and Preserve Manin Deck and Components-A-6-J9EA 1 x Inspect Beading, Cleats, and Transoms-A-7-6ZBU 1 x Inspect, Bulkheads, Decks, and Superstructure-A-9-3RBS 1 x Inspect Hull Bottom and Bilges-A-35R-3RBR 1 x Obtain Services of Outside Activity to Clean and Preserve Aluminum Bulkheads, Superstructure, and Hull Above Waterline-60M-2- 3RBW 1 x Inspect Distress Marker Light and Replace Battery-A-18R-K1GW 2 x Inspect and Lubricate�Trailer- S-3R-8PRP 1 x Clean and Inspect Disc Brake System (DOT-3 Brake Fluid Only)-A-1R- 9UJS 1 x Clean and Inspect Suspension System (Torsion Axle)-A-7R-9UJU 1 x Clean and Inspect Trailer Winch Web Strap- A-9-1RY4 1 x Request Repair Activity to Test Trailer Tie Downs/Hoisting Straps at Double Working Load-18M-5-J4BA 15 x hourly rate for work not accounted for. Year Two (Option Year One) Maintenance Tasks:� �(1 AUG 2024 - 31 JULY 2025) 2 x Request�Repair Activity Inspect/Replace Engine Internal Anodes-Outboard engine x2- A1R- H6YH 2 x Inspect, and Lubricate Cowling, Steering, and Trim Components-Outboard engine x2- R-2-H4LX 4 x Change Gearcase oil- Outboard engine-R-6-H4MA 2 x Replace Low Pressure Fuel Filter-R-8-H4MC 4 x Change Engine Oil and Filter-R-9-H4MD 4 x Perform Deep Cleaning and Cooling System Flush-R-10-H4ME 2 x Replace Engine (High Pressure) Fuel Filter-R-11-H4MF 1 x Inspect and Preserve Pilothouse and Components- A-3- J9DX 1 x Inspect and Preserve Manin Deck and Components-A-6-J9EA 1 x Inspect Beading, Cleats, and Transoms-A-7-6ZBU 1 x Inspect, Bulkheads, Decks, and Superstructure-A-9-3RBS 1 x Inspect Hull Bottom and Bilges-A-35R-3RBR 1 x Inspect Distress Marker Light and Replace Battery-A-18R-K1GW 2 x Inspect and Lubricate�Trailer- S-3R-8PRP 1 x Clean and Inspect Disc Brake System (DOT-3 Brake Fluid Only)-A-1R- 9UJS 1 x Clean and Inspect Suspension System (Torsion Axle)-A-7R-9UJU 1 x Clean and Inspect Trailer Winch Web Strap- A-9-1RY4 15 x hourly rate for work not accounted for. Year Three (Option Year Two) Maintenance Tasks:�(1 AUG 2025 - 31 JULY 2026) 2 x Request�Repair Activity Inspect/Replace Engine Internal Anodes-Outboard engine x2- A1R- H6YH 2 x Inspect, and Lubricate Cowling, Steering, and Trim Components-Outboard engine x2- R-2-H4LX 2 x Clean/Inspect/Lubricate Outboard Engine Steering System- Outboard engine x2-R-4-H4LZ 2 x Inspect/Replace Engine Spark Plugs- Outboard engine x2-R-5-G9RY 4 x Change Gearcase oil- Outboard engine-R-6-H4MA 2 x Replace Low Pressure Fuel Filter-R-8-H4MC 4 x Change Engine Oil and Filter-R-9-H4MD 4 x Perform Deep Cleaning and Cooling System Flush-R-10-H4ME 2 x Replace Engine (High Pressure) Fuel Filter-R-11-H4MF 1 x Clean and Inspect Bilge and Bilge System-S-1-H6LY 1 x Inspect and Preserve Pilothouse and Components- A-3- J9DX 1 x Inspect and Preserve Manin Deck and Components-A-6-J9EA 1 x Inspect Beading, Cleats, and Transoms-A-7-6ZBU 1 x Inspect, Bulkheads, Decks, and Superstructure-A-9-3RBS 1 x Inspect Hull Bottom and Bilges-A-35R-3RBR 1 x Inspect Distress Marker Light and Replace Battery-A-18R-K1GW 2 x Inspect and Lubricate�Trailer- S-3R-8PRP 1 x Clean and Inspect Disc Brake System (DOT-3 Brake Fluid Only)-A-1R- 9UJS 1 x Clean and Inspect Suspension System (Torsion Axle)-A-7R-9UJU 1 x Clean and Inspect Trailer Winch Web Strap- A-9-1RY4 1 x Request Repair Activity to Test Trailer Tie Downs/Hoisting Straps at Double Working Load-18M-5-J4BA 15 x hourly rate for work not accounted for. Year Four (Option Year Three) Maintenance Tasks:(1 AUG 2026- 31 JULY 2027) 2 x Request�Repair Activity Inspect/Replace Engine Internal Anodes-Outboard engine x2- A1R- H6YH 2 x Inspect, and Lubricate Cowling, Steering, and Trim Components-Outboard engine x2- R-2-H4LX 2 x Inspect/Replace External Anodes-Outboard engine x2-R-3-H4LY 4 x Change Gearcase oil- Outboard engine-R-6-H4MA 2 x Replace Low Pressure Fuel Filter-R-8-H4MC 4 x Change Engine Oil and Filter-R-9-H4MD 4 x Perform Deep Cleaning and Cooling System Flush-R-10-H4ME 2 x Replace Engine (High Pressure) Fuel Filter-R-11-H4MF 2 x Inspect/Replace Engine Internal Sacrificial Anodes-R-13-H4MH 1 x Clean, Inspect, and Lubricate Door and Hatch Hinges, Window Seals, Tracks and Mechanical Fasteners-S-7- 9SMA 1 x Inspect and Preserve Pilothouse and Components- A-3- J9DX 1 x Inspect and Preserve Manin Deck and Components-A-6-J9EA 1 x Inspect Beading, Cleats, and Transoms-A-7-6ZBU 1 x Inspect, Bulkheads, Decks, and Superstructure-A-9-3RBS 1 x Inspect Hull Bottom and Bilges-A-35R-3RBR 1 x Inspect Distress Marker Light and Replace Battery-A-18R-K1GW 2 x Inspect and Lubricate�Trailer- S-3R-8PRP 1 x Clean and Inspect Disc Brake System (DOT-3 Brake Fluid Only)-A-1R- 9UJS 1 x Clean and Inspect Suspension System (Torsion Axle)-A-7R-9UJU 1 x Clean and Inspect Trailer Winch Web Strap- A-9-1RY4 15 x hourly rate for work not accounted for. Year Five (Option Year Four) Maintenance Tasks:(1 AUG 2027- 31 JULY 2028) 2 x Request�Repair Activity Inspect/Replace Engine Internal Anodes-Outboard engine x2- A1R- H6YH 2 x Inspect, and Lubricate Cowling, Steering, and Trim Components-Outboard engine x2- R-2-H4LX 2 x Clean/Inspect/Lubricate Outboard Engine Steering System- Outboard engine x2-R-4-H4LZ 2 x Inspect/Replace Engine Spark Plugs- Outboard engine x2-R-5-G9RY 4 x Change Gearcase oil- Outboard engine-R-6-H4MA 2 x Inspect Engine Throttle and Shift Control Cable-R-7-H4MB 2 x Replace Low Pressure Fuel Filter-R-8-H4MC 4 x Change Engine Oil and Filter-R-9-H4MD 4 x Perform Deep Cleaning and Cooling System Flush-R-10-H4ME 2 x Replace Engine (High Pressure) Fuel Filter-R-11-H4MF 1 x Clean and Inspect Bilge and Bilge System-S-1-H6LY 1 x Inspect and Preserve Pilothouse and Components- A-3- J9DX 1 x Inspect and Preserve Manin Deck and Components-A-6-J9EA 1 x Inspect Beading, Cleats, and Transoms-A-7-6ZBU 1 x Inspect, Bulkheads, Decks, and Superstructure-A-9-3RBS 1 x Inspect Hull Bottom and Bilges-A-35R-3RBR 1 x Obtain Services of Outside Activity to Clean and Preserve Aluminum Bulkheads, Superstructure, and Hull Above Waterline-60M-2- 3RBW 1 x Inspect Distress Marker Light and Replace Battery-A-18R-K1GW 2 x Inspect and Lubricate�Trailer- S-3R-8PRP 1 x Clean and Inspect Disc Brake System (DOT-3 Brake Fluid Only)-A-1R- 9UJS 1 x Clean and Inspect Suspension System (Torsion Axle)-A-7R-9UJU 1 x Clean and Inspect Trailer Winch Web Strap- A-9-1RY4 1 x Request Repair Activity to Test Trailer Tie Downs/Hoisting Straps at Double Working Load-18M-5-J4BA 15 x hourly rate for work not accounted for. Government Equipment Furnished:� None. Transportation:� The contractor shall provide transportation of equipment and parts for repairs and corrective maintenance. ALL MAINTENANCE SHALL BE PERFORM AT -� NAS North Island, BLDG 497 Moffet RD, San Diego, CA 92135/ mantenance facility. Period of Performance:� Upon awarding of the contract, the contractor must complete in in a timely manner not to exceed 30 days to complete repairs and corrective maintenance. Supply holds/delays are an exception. Point of Contact:� Undersea Rescue Command points of contact are 1) NDC Olin, Joseph� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Phone: 619-712-8831� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � joseph.a.olin.mil@us.navy.mil 2) CWO3 Lontine, Beau (DIVO)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Beau.lontine@navy.mil 3) LCDR Analee H. Seiler (CHOP-CSS-11)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Phone: 619-553-9049� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Email: analee.h.seiler.mil@us.navy.mil The Government intends to award a Firm Fixed Price Delivery Order resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation while being most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical: - Offerors MUST demonstrates their ability to furnish all the requirements listed in the Specifications of Work. Must confirm the offeror�s ability to meet the�period of performance. (ii) Past Performance � Evaluation of past performance will be based on information obtained from FAPIIS/SPRS, CPARS, SAM,� as well as any other sources which may have relevant information. (iii) Price � Offerors shall provide a quote for all items in the Specifications of Work (inclusive of transportation and travel charges) � Price shall be evaluated by comparison to other offerors and/or comparison to independent government estimates. Only those quotes/offers that receive a rating other than Unacceptable for factor i) Technical will be evaluated further under factor ii) Past Performance. Only those quotes/offers that receive a rating other than Unacceptable for factor i) Technical and other than No Confidence for factor ii) Past Performance will be evaluated further under factor (iii) Price. A rating of Unacceptable in factor i) Technical or No Confidence in factor ii) Past Performance will� exclude the quote/offer from award. The following table of Ratings/Definition/Description shall be used for the Technical Rating. Factor I: Grading Criteria � Technical: Technical Rating Rating Description Acceptable Quote/offer meets all requirements listed in the Specifications of Work and delivery.� � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Unacceptable Quote/offer does not meet all requirements listed in the Specifications of Work and/or delivery. The following table of Ratings/Definition/Description shall be used for the Past Performance Rating. The Factor II: Past Performance Rating will be used for tradeoff analysis. The Government will focus its inquiry of the Offeror�s record of past performance as it relates to timeliness, quality, cost control, and customer satisfaction. �The Government will assign one Past Performance Confidence rating to each Offeror using the five levels of confidence as shown in �Past Performance Confidence� Table below. This rating will become the Offeror�s overall rating for Past Performance. Factor II Grading Criteria � Past Performance Confidence: Rating Description Substantial Confidence Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will successfully perform the required effort. Neutral No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance Award: Award from this solicitation will be to the responsible offeror whose offer, conforming to the RFQ, is determined to provide the best value to the Government, which may not necessarily be the quote/offer with the lowest price. The award will be based on the combined evaluations of technical acceptability, past performance, and price. Technical acceptability will be evaluated on an Acceptable/Unacceptable basis; only offerors rated as �Acceptable� on Technical will then be considered for award. Past performance and price will be subject to the best value trade-off process, with past performance being more important than price. The importance of price as an evaluation factor will increase with the degree of equality of the quotes in relation to the non-price factors. When technically acceptable proposals quotes/offers are considered essentially equal in terms of past performance, or when price is so significantly high as to diminish the value of past performance information to the Government, price may become the determining factor for award. The trade-off process is further described below: a. If a technically acceptable Offeror is better in terms of past performance and has the lowest price, that offeror may be considered to be the best value. b. If a technically acceptable Offeror is better in terms of past performance, but does not have the lowest price, the Government will evaluate whether the differences in the past performance factor are worth the differences in price. If the differences are considered to be worth the differences in price, the offeror with the higher price may be considered the better value. If not, the offeror with the lower price may be considered the better value. c. A rating of �Unacceptable� in Factor (i) � Technical or �No Confidence� in Factor (ii) - Past Performance will render the entire offer unacceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a21905a6cc704828aa931842265ab71c/view)
 
Place of Performance
Address: San Diego, CA 92135, USA
Zip Code: 92135
Country: USA
 
Record
SN07148457-F 20240801/240730230115 (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.