Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

J -- Production Support for Portsmouth Naval Shipyard - Attachments - Contract Data Requirement Lists - N3904017R0018

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904017R0018
 
Point of Contact
Anthony J. Barker, Phone: 2074381946, Andrew Webber, Phone: 207 438-4968
 
E-Mail Address
anthony.barker@navy.mil, andrew.s.webber@navy.mil
(anthony.barker@navy.mil, andrew.s.webber@navy.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Solicitation N3904017R0018 CDRL A009, CDRL A010, CDRL A013 CDRL A005 - A008 CDRL A001 - A004 Attachment 15 - Wage Determination Attachment 14 - DON Testing Designated Positions Attachment 13 - Contractor Employee Injury Report Attachment 12 - QASP Matrix Attachment 11 - Quality Assurance Surveillance Plan Attachment 10 - Onboarding & Offboarding Attachment 9 - Contractor Weekly Reporting Hours Attachment 8 - Contracted Employee Timesheet Attachment 7 - Past Performance Report Form Attachment 6 - Past Performance Information Form Attachment 5 - Production Support Direct Rate Spreadsheet Attachment 4 - List of Identity Proofing Documents Attachment 3 - SECNAV 5512-1 Attachment 2 - DD 254 Attachment 1 - Status Reporting Requirements ***THIS NOTICE IS A FORMAL SOLICITATION AS A RESULT OF PRESOLICITATION NOTICE "N3904017TBD"*** Naval Sea Systems Command (NAVSEA), Portsmouth Naval Shipyard (PNS) intends to award Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs), with competition among the awardees for individual task orders to provide production support for qualified personnel capable of performing the tasks identified by trade referenced within the statement of work. The listed trades are non-commercial in nature and provide for non-nuclear production labor support using the policies and procedures of FAR Part 15, Contracting by Negotiation, FAR Subpart 16.5, Indefinite-Delivery Contracts, and FAR Subpart 19.5, Set-Asides for Small Businesses. Perspective bidders are required to fulfill at minimum four (4) of the fourteen (14) trade skills. The trade skills necessary will include, but are not limited to: Marine Electrician Worker; Industrial Fire Watch/Laborer; Marine Pipefitter; Outside Marine Machinist; Marine Painter; Weighthandler (Rigger); Marine Shipfitter; Shipwright (Staging Builder); Welder; Marine Insulator (Lagger); Abrasive Blaster; Deck Tile Setter; Sound Tile Setter; and Sheet Metal. The requirement will be solicited using full and open competition, with a portion of task orders awarded under the contracts reserved for small business concerns. The NAICS code applicable to this procurement is 336611, Shipbuilding and Repair with a size standard of 1250 employees. The Product Service Code is J999. The contract will contain four one-year option periods, including the option to extend services up to an additional six months in accordance with FAR clause 52.217-8, Option for Additional Services. The total anticipated contract period of performance is five years. The Government intends to procure this requirement by reserving a portion of the multiple awards for small businesses based on the anticipated monetary thresholds as follows: •· Task orders with an estimated value of $750,000.00 or less are set-aside exclusively for competition among small businesses contract awardees •· Task orders with an estimated value over $750,000.00 will be solicited to all contract awardees to determine small business capability, if no small business capability is identified the task order will be solicited utilizing full and open competition The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Solicitation N3904017R0018 and subsequent amendments will be posted to this website (FEDBIZOPPs.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the FEDBIZOPPs website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at FEDBIZOPPs on the interested vendor list under N3904017R0018. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. Please direct all questions regarding this requirement to Anthony Barker, Contract Specialist at anthony.barker@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4734c34d51c4e90708ad677cfcfdfd0a)
 
Record
SN04845631-W 20180309/180307231258-4734c34d51c4e90708ad677cfcfdfd0a (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.