Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
MODIFICATION

J -- Afloat Maintenance for Navy Watercraft and Related Navy Equipment aboard Maritime Prepositioning Ships

Notice Date
6/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Navy, United States Marine Corps, Blount Island Command (BIC), 5880 Channelview Blvd Blount Island, Jacksonville, Florida, 32226-3404, United States
 
ZIP Code
32226-3404
 
Solicitation Number
M67004-15-Q-1048
 
Archive Date
7/4/2015
 
Point of Contact
KEVIN NESMITH, , JoAnna Lovett-Black,
 
E-Mail Address
KEVIN.NESMITH@BIC.USMC.MIL, JoAnna.Lovett-Black@BIC.USMC.MIL
(KEVIN.NESMITH@BIC.USMC.MIL, JoAnna.Lovett-Black@BIC.USMC.MIL)
 
Small Business Set-Aside
N/A
 
Description
Afloat Maintenance for Navy Watercraft (INLS/MPF UB/LCM8) and Related Navy Equipment aboard Maritime Prepositioning Ships (MPS) OCONUS 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. The solicitation number is M67004-15-Q-1048 and is issued as a Request For Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. This acquisition is Unrestricted with a HubZone Price Evaluation. The Product Service Code is J019, Maintenance, Repair, Modification, Rebuilding and Installation of Equipment Related to Ships. The applicable NAICS code is 488390 (Other support activities for water transportation). The period of performance for the resultant Basic Ordering Agreements will be five (5) Years or $1,000,000.00; whichever occurs first. The Basic Ordering Agreement is for a five (5) year period or a monetary limitation not to exceed $1,000,000.00. Multiple task orders and job orders are anticipated under this BOA. Government funds are obligated only to the extent that a duly issued order creates such obligation. Firms that demonstrate that they meet the required technical capability qualifications and have satisfactory prior experience/past performance performing repairs on the above mentioned systems will be considered for issuance of a BOA. A maximum of three (3) BOAs may be issued to the most qualified firms for the requirement listed herein. Under this Afloat Repair Program, firms selected for a BOA will compete on task orders for all requirements. If adequate competition cannot be obtained, the Government reserves the right to open the area of competition to include non-BOA holders. The tasks of this BOA will be focused and within the scope of the following services: OCONUS Repair and Logistic Services of Improved Navy Lighterage System (INLS); Landing Craft Mechanized (LCM-8); Amphibious Bulk Liquid Transfer System (ABLTS) and the Maritime Prepositioned Force Utility Boat (MPF UB); and Repair to take place on watercraft embarked on MPF shipping, deployed overseas. Specifically, the contractor shall provide all required personnel, transportation, supervision (including safety oversight), and other items necessary to perform the required services in an OCONUS and afloat environment subject to MPF shipping schedules. The need for an indefinite delivery vehicle such as a Basic Ordering Agreement has arisen because Blount Island Command, Jacksonville, Florida is assuming responsibility for the corrective maintenance and repair of the INLS, LCM-8, ABLTS, and MPF UB systems once they are placed aboard the MPF Ships. Currently these systems and their predecessors are maintained by a contractor or subcontractor under contract to the NAVFAC Expeditionary Programs Office (NEPO) while embarked on ships forward deployed. Preventive maintenance will still be conducted under the NEPO contract. This BOA is for corrective maintenance and logistic support. The selected Offeror shall comply with the following provisions before award and the commercial item terms and conditions for the resultant contract, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Within FAR 52.212-5, the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management FAR 52.219-1, Small Business Program Representations FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7004 Alt A, System for Award Management Alternate A - DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information - DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors - DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001 Pricing of Contract Modifications All offerors are required to complete and submit DFARS 252.209- 7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law with its quote. ADDENDA TO 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) 1. Submission Instructions a. To be considered for award, offers shall provide the following: (1) The required past performance information as set forth in paragraph (10) of this provision. (2) A detailed description of its technical capability to provide the required afloat corrective maintenance and repairs. Inclusive in offeror's technical capability is a detailed description of its firm's accessibility to being able to perform in an OCONUS location and obtain the required laborers and workforce to perform in remote OCONUS locations aboard USNS platforms. (3) A copy of the company's proposed Safety Plan to be used in performing the work. (4) Price Quote. Offerors shall provide all fully burdened established market, catalog, and/or prevailing contract prices to perform all services required under this solicitation. Offeror shall provide the basis of its proposed hourly rate, i.e. market rate, historical rate, current contract rates for similar work, etc. Quote shall include sufficient documentation to determine the reasonableness of the proposed prices. Offeror shall provide fully burdened all-inclusive hourly rates to perform the work under the Basic Ordering Agreement for the first year and each of the four ensuing years. The prevailing commercial hourly rates shall be used to establish fixed priced task orders under the Basic Ordering Agreement at the time of award. b. Offers shall be submitted electronically in order to be received by 6:00 PM (EST) on 19 June 2015. Offers are to be submitted to the attention of Kevin Nesmith, Contract Specialist and JoAnna Lovett-Black, Contracting Officer. Offers must be clearly identified in the subject line as "Basic Ordering Agreement - Afloat Repairs and Maintenance". Offers shall be submitted via e-mail only to kevin.nesmith@bic.usmc.mil and joanna.lovett-black@bic.usmc.mil. (End of Provision) ADDENDA TO FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical capability, prior experience/past performance and price considered. All of the non-price technical factors, (Technical Capability and Prior Experience/Past Performance), are of equal importance. The non-price (technical) factors are significantly more important than Price. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M67004-15-Q-1048 /listing.html)
 
Place of Performance
Address: OCUNUS - Blount Island Command, Jacksonville, Florida, Jacksonville, Florida, 32226, United States
Zip Code: 32226
 
Record
SN03754960-W 20150607/150605234637-d0b20d15ae56d6db9bd64f20e989baae (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  © 1994-2020, Loren Data Corp.