Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

19 -- Barge Winterization - Sources Sought

Notice Date
11/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
 
ZIP Code
23705-0215
 
Solicitation Number
N5005419T0002
 
Archive Date
12/4/2018
 
Point of Contact
Karen Morrison, Phone: 757-400-0249, MARMC Code 411, Phone: 7573965041
 
E-Mail Address
karen.morrison@navy.mil, MARMC_NRFK_411_PROCUREMENT@navy.mil
(karen.morrison@navy.mil, MARMC_NRFK_411_PROCUREMENT@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Barge Maintenance and Repair Work Spec 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N50054-18-R-0026. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Publication Notice 20180928. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336611 and the Small Business Standard is 1250 in number of employees. The proposed contract is 100% set-aside for small business concerns. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing: Material, labor, equipment, support, and facilities necessary to provide maintenance and repairs on a 63 foot, 16.4 feet-wide (~beam, ~breadth), 53-ton commericial motor yacht barge in accordance with the attached Statement of Work. Delivery: 120 days after receipt of the order or no later than The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management Maintenance 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 SAM Maintenance 52.204-19 Incorporation by Reference of Representations of Certifications 52.204-23 Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibitions on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation- Commercial Items [if used and list any addenda to the provision]; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [select and list the clauses that apply]. 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222.3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer - SAM 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 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters [shall include] OR [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.207-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7991 Representation by Corporation Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law. 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 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 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation of Supplies by Sea Alternate III System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00 Noon EST on November 19, 2018. Offers shall be emailed to karen.morrison@navy.mil ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5131844599b7160e75c24aa5d4cd626e)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN05146037-W 20181109/181107230645-5131844599b7160e75c24aa5d4cd626e (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.