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, 2019 FBO #6558
SOLICITATION NOTICE

30 -- Diesel Blower Repair - Statement of Work

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
N3904020Q0022
 
Archive Date
11/29/2019
 
Point of Contact
Jonathan Copp, Phone: 2079940701
 
E-Mail Address
jonathan.copp@navy.mil
(jonathan.copp@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source J&A Diesel Blower Statement of Work 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being sole sourced to the original equipment manufacturer (OEM). Please see attached request for quote. The RFQ number is N3904020Q0022. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20190215 (Effective 15 Feb 2018 ) Edition. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 811310. This is a sole source solicitation to Fairbanks Morse LLC. Pursuant to 10 USC 2304(c) and FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. Fairbanks Morse LLC is the Original Equipment Manufacturer (OEM) and is the only vendor that is authorized to accomplish the required work. Items description is in attached Statement of Work. Period of performance is estimated to be 3/9/2020-5/4/2020 *PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 Notice of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Item 52.212-3 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 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports. 52.222-24 Pre-award On-Site Equal Opportunity Compliance Evaluation. 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans. 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-36 Payment by Third Party 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 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations in Clauses. C-211-H001 ACCESS TO THE VESSEL(S) (NAVSEA) (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-222-H002 DEPARTMENT OF LABOR SAFETY AND HEALTH STANDARDS FOR SHIPBUILDING (NAVSEA) (OCT 2018) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018) C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-211-H004 IDENTIFICATION MARKING OF PARTS -- BASIC (NAVSEA) (OCT 2018) D-247-H002 PACKAGING OF SUPPLIES-BASIC (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019) Quotes shall include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS 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 Antiterrorism Awareness Training for Contractors 252.204-7006 Billing Instructions 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7031 Secondary Arab Boycott of Israel 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments 252.225-7048 Export-Controlled Items 252.231-7000 Supplemental Cost Principles. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This announcement will close on November 14, 2019 at 12:00 PM (EST). Please contact Jonathan Copp at 207-994-0701 or email jonathan.copp@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendor 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/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to jonathan.copp@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE code, technical specifications of units offered, business size under NAICS Code 811310, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******End of Combined Synopsis/Solicitation*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/759948b4e59a50b60cd7bebbfb4c7b00)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN05492014-W 20191109/191107230825-759948b4e59a50b60cd7bebbfb4c7b00 (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.