SOLICITATION NOTICE
J -- Requirement for tube replacement of two twenty seven foot long heat exchangers. The work consists of on-site removal of existing tubes, on-site installation of new tubes, and pressure testing the hea
- Notice Date
- 8/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N0463A10R0002
- Response Due
- 8/27/2010
- Archive Date
- 9/11/2010
- Point of Contact
- Melissa Sanders 850-230-3266
- E-Mail Address
-
melissa.sanders@navy.mil
(melissa.sanders@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial item 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. This request for proposal N0463A-10-R-0002 is the only written solicitation which will be issued, unless amended. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 19 Jan 2009. NOTE: NAICS code 238220. The Navy Experimental Diving Unit (NEDU) has a requirement for tube replacement of two twenty seven foot long heat exchangers. The work consists of on-site removal of existing tubes, on-site installation of new tubes, and pressure testing the heat exchanger system in accordance with the requirements of the attached SOW. Offeror shall complete delivery, installation, and verification testing of successful operation no later than December 20, 2010. Delivery is FOB destination at NEDU, 321 Bullfinch Road, Panama City, FL 32407. The offeror shall provide a firm fixed price offer to include all labor, materials, supplies, services, equipment and delivery in accordance with the specifications listed in attached SOW for the following: CLIN 0001 - Site preparation and removal and disposal of existing tubes, in accordance with the specifications listed in attached SOW. Quantity 1, unit of issue is job, quote unit price and total price. CLIN 0002 - Provide, install and reassembly of new tubes and testing of the heat exchanger (including any welds), in accordance with the specifications listed in attached SOW. Quantity 1, unit of issue is job, quote unit price and total price.CLIN 0003 - Insulation lagging removal and replacement in accordance with the attached SOW. Quantity 1, unit of issue is job, quote unit price and total price. CLIN 0004 - Deliverables in accordance with attached SOW, Section 7, not separately priced. CLIN 0005 - Over and above work, in accordance with DFARS 217.77, over and above work requirements identified by the contractor during contract performance will be authorized by the government and negotiated prior to performance of the work, not separately priced.INSTRUCTIONS: SITE VISIT - Before submitting a proposal the offeror is encouraged to attend a site visit to NEDU, 321 Bullfinch Road, Panama City, Florida 32407. The site visit will be held on August 18, at 0900 hours local time. Offerors shall confirm their attendance at least two days prior to the date of the site visit with Vince Ferris, 850-230-3116, and provide the following: Name of Company, Name of Visitor, and Citizenship for Each Visitor. In no event shall failure to attend the site visit constitute grounds for a claim after contract award. All questions/inquiries must be submitted to the contracting officer via electronic mail (e-mail) not later than 2:00 PM CST on August 20, 2010. Questions received after this time may not be entertained. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit questions to the attention of Melissa Sanders and copy to Robin Harasin via email to: melissa.sanders@navy.mil and robin.harasin@navy.mil, respectively. The following provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.217-4 Evaluation of Options Exercised at Time of Contract Award; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications on schedule. Offerors shall provide a copy of the complete technical specifications or specific product literature for proposed new components. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the required delivery requirement. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 -Price -Offeror shall provide pricing of CLINs 0001 through 0003 to include FOB Destination delivery to NEDU, standard commercial warranty, and acknowledge that CLIN 0004 and CLIN 0005 are not separately priced. The government will make a best value determination based on these factors. The Government will evaluate the total price for the basic requirement. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror's name, address, point of contact, phone and e-mail address; (3)offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) confirmation of ability to meet the required completion time; (6) completed copies of FAR 52.212-3; (7) past performance data, and (8) documentation supporting personnel qualifications. The clause DFARS 252.211-7003 Item Identifier and Valuation, 252.203-7000, 252.225-7001, 252.212-7000, 252.212-7001 DEV, 252.209-7001, 252.232-7010, 252,246-7003, 252.217-7028, Over and Above Work, FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item, and FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt 1, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.245-1 DEV, and 52.232-33, 52.203-3, 252.227-7015, 252.227-7037, 252.232-7003, and 252.243-7002. Responses must be received no later than 2:00 p.m. CST on August 27, 2010. Electronic proposals are encouraged to Melissa Sanders at melissa.sanders@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Melissa Sanders, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A10R0002/listing.html)
- Place of Performance
- Address: Navy Experimental Diving Unit (NEDU)321 Bullfinch Road, Panama City, Florida
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN02235271-W 20100812/100810235733-9dc457501f69f4be3d00ecd2f5f85684 (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 |