Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

J -- CIS INTERIOR DECKING REPAIR SERVICES - Scope of Work

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-13-Q-1008
 
Archive Date
9/3/2013
 
Point of Contact
Gina G. Manalo, Phone: 6195561166, Anthony T. Nguyen, Phone: 619-556-1942
 
E-Mail Address
gina.manalo@navy.mil, anthony.t.nguyen@navy.mil
(gina.manalo@navy.mil, anthony.t.nguyen@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope Sheet (CLINs) Scope of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Request for Quotation (RFQ) N55236-13-Q-1008 is issued as a total small business set-aside. The applicable North American Industry Classification System (NAICS) code is 336611 ‘Ship Building and Repairing.' This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67 (Effective on 22 JUL 2013). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) order; Contract Line Item No. (CLINs) 0001 through 0003 is for interior decking repair services in support of the USS JOHN PAUL JONES (DDG-53), for the period of performance 8/26/13-9/08/13. Refer to Attachment (1) for the entire scope of work and Attachment (2) for the CLINs. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached scope of work. Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: (i) Price. Price will be evaluated to ensure reasonableness, which is defined as a price that a prudent and competent buyer would be willing to pay, given data on current market conditions. The Government will evaluate price reasonableness by performing price analysis on each offeror's proposal. The total evaluated price will be the sum of all CLINs. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. Quoters will be required to have a Southwest Regional Maintenance Center approved Quality Management System in accordance with NAVSEA Standard Item 009-04 in place prior to contract award. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make a quoter ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Quoters who have completed SAM should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: • 52.212-1 Instructions to Offerors Commercial Items (Feb 2012) • 52.212-3 Offeror Representations and Certifications- Commercial Items (Dec 2012) • 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2013) • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2013) • 52-219-6 Notice of Total Small Business Set-Aside (Nov 2011) • 52.242-17 Government Delay of Work (Apr 1984) • 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable: • 52.222-3 Convict Labor (Jun 2013) • 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) • 52.222-21 Prohibition of Segregated Facilities (Feb 1999) • 52.222-26 Equal Opportunity (Mar 2007) • 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) • 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: • 252.204-7003 Control of Government Personnel Work Product (Apr 1992) • 252.204-7004 Alternate A, Central Contractor Registration (May 2013) • 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jun 2012) • 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) • 252.232-7010 Levies on Contract Payments (Dec 2006) • 252.243-7001 Pricing of Contract Modifications (Dec 1991) • 252.225-7048 Export-Controlled Items (Jun 2013) The following clauses incorporated in 252.212-7001 are also applicable: • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) • 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) • 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) • 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) The following RMC clause applies to this acquisition and is incorporated by full text: • RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Contract Specialist Gina Manalo, email: gina.manalo@navy.mil and Contract Specialist Anthony T. Nguyen, email: anthony.t.nguyen@navy.mil, no later than 16 AUG 2013 at 1100 Local Time to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Primary Contract Specialist Gina Manalo, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA, or emailed to Contract Specialist Gina Manalo, email: gina.manalo@navy.mil, and Secondary Contract Specialist Anthony T. Nguyen, email: anthony.t.nguyen@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 19 AUG 2013 at 1100 Local Time. No facsimile quotes or quotes submitted through the Federal Business Opportunities Online Web site will be accepted. All quotes must be clearly marked with RFQ No. N55236-13-Q-1008. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full scope of work and Attachment (2) for the CLINs. Potential quoters must monitor this Web site for changes to the combined synopsis/solicitation, scope of work, and the CLINs. Amendments to the combined synopsis/solicitation will be posted to this Web site. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. Quoters shall provide written confirmation their QMS has been approved by SWRMC Quality Assurance Department to be considered eligible for contract award. SWRMC POC: Gina Manalo, phone 619-556-1166, email: gina.manalo@navy.mil. Alternate POC: Anthony T. Nguyen, phone 619-556-1942, email: anthony.t.nguyen@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-13-Q-1008/listing.html)
 
Place of Performance
Address: Southwest Regional Maintenance Center, Naval Station San Diego, 3755 Brinser Street, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN03150871-W 20130817/130816000046-2ee4a297bff2519d4a38b2b470a2d771 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.