SOLICITATION NOTICE
49 -- Digital Readout Maintenance - Statement of Work
- Notice Date
- 10/17/2014
- 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
- N39040-15-T-0024
- Archive Date
- 11/11/2014
- Point of Contact
- Gisela Gauthier, Phone: 2074383874
- E-Mail Address
-
gisela.gauthier@navy.mil
(gisela.gauthier@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sole Source Statement for required parts. Description of services to be provided and scope of work. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13, under the guidance of FAR 6.302 - Circumstances Permitting Other Than Full and Open Competition as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; 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 ( http://www.fbo.gov ). The Request For Quote (RFQ) number is N39040-14-T-0024. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140930. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333512 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. This will be a "Not to Exceed (NTE) order. The Portsmouth Naval Shipyard requests offers from qualified sources capable of providing: Onsite evaluation, replacement and installation of digital readout systems, including all components and onsite training. Replacement includes installation, all components and onsite training of machinists. Systems are to be NEWALL DP-700 for all machines and are further described within Attachment 1. Period of performance: November 1, 2014 to October 31, 2015 with the option for two additional years unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Competitive evaluation will be on the basis of best labor rates and travel costs that are considered technically acceptable. Parts will be posted on invoices at list price and will be unknown until evaluation is conducted on individual machine requiring maintenance. Service potentially involves many machines in use that contain digital readout properties. The following FAR provision and clauses are applicable to this procurement : 52.212-1, Instructions to Offerors - Commercial Items; 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 including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-35, Equal Opportunity for Veterans (SEPT 2010) 52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010) 52.222-37 -- Employment Reports on Veterans 52.222-41, Service Contract Labor Standards 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.204-7, System for Award Management 52.204-13, System For Award Management Maintenance 52.213-3, Notice to Suppliers 52.217-9, Option To Extend The Term Of The Contract 52.222-99, Establishing a Minimum Wage for Contractors. (DEVIATION) 52.223-11, Ozone Depleting Substances 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.252-2, Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System For Award Management 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea ** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference) Contracting Officer's point of contact is: Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil CORRESPONDENCE: For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to: Contract Division, Code 410 Bldg #153, 6th Floor Portsmouth Naval Shipyard Kittery, ME 03904 VENDOR ACCESS TO PORTSMOUTH NAVAL SHIPYARD Vendor access to Portsmouth Naval Shipyard: No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard and adjacent areas. Proof of citizenship may be required. Entrance of foreign nationals requires approval. (Ref: SECNAVINST) 5510.34 SAFETY: All representatives who have a need to enter the Controlled Industrial Area, or other areas specifically designated as safety hazardous, should provide themselves with safety head wear to be worn while in the area. Vendors and/or subcontractors performing work on vendor-owned or government-owned plant facilities and equipment shall ensure that all OSHA safety regulations are followed. Prior to working on the Portsmouth Naval Shipyard, all vendors shall view the Code 106 safety video. SECURITY: Commercial vehicles (automobiles) must have conspicuous contractor (company) identification (such as magnetic door-type signs) affixed to the outside of the vehicle if it is to enter the Controlled Industrial Area. OSHA HEALTH & SAFETY CLAUSE Vendors preparing specifications, designs or drawings for design, modification or procurement of plant facilities and equipment shall ensure that the appropriate OSHA criteria are included. OSHA regulations must be met except when more stringent Navy requirements apply. LIABILITY INSURANCE LIMITS Pursuant to the terms of the clause of this contract entitled INSURANCE - LIABILITY TO THIRD PARTIES FAR 52.228-7), following are the kinds and minimum amounts of insurance required: General liability: bodily injury liability insurance coverage written on the comprehensive form of policy--$500,000.00 per occurrence. Automobile liability insurance written on the comprehensive form of policy for bodily injury and property damage liability covering the operation of all automobiles operated in the United States and used in connection with performing the contract--$200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000 per occurrence for property damage. Aircraft public and passenger liability when aircraft are used in connection with performing the contract--$200,000.00 per person and $500,000.00 per occurrence for bodily injury, other than passenger liability, and $200,000.00 per occurrence for property damage. Coverage for passenger liability bodily injury shall be $200,000.00 multiplied by the number of seats or passengers, whichever is greater. WAGE DETERMINATION APPLICABLE SERVICE CONTRACT ACT An attachment hereto sets forth the applicable Service Contract Act Wage Determination by the Secretary of Labor for the State of Maine. This notice will close at 06:00 AM EDT on October 27, 2014. Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. System for Award Management (SAM): Quoters must be registered, and registration current in the System for Award Management database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2253a09ff4905599c660c876ab3e312e)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904-5000, United States
- Zip Code: 03904-5000
- Zip Code: 03904-5000
- Record
- SN03552659-W 20141019/141017233913-2253a09ff4905599c660c876ab3e312e (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 |