Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2014 FBO #4724
SOLICITATION NOTICE

L -- Technical Oversight Services for Shaft SealS

Notice Date
10/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060415T3005
 
Response Due
11/5/2014
 
Archive Date
11/20/2014
 
Point of Contact
Mshindi Thomas 808-473-7569
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3005. This solicitation document incorporates provisions and clauses in effect through FAC 2005-77 and DFARS Publication Notice 20141014. 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 541330 and the Small Business Standard is $15.M. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source Wartsila Defense Inc, under the authority of FAR 13.106-1(b)(1)(i). The period of performance will be 08 June2015- 08 April 2016. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following Technical Oversight Services for the overhaul and repair of Shaft Seals in accordance with the attached Performance Work Statement: CLIN QTY U/I 0001 1 Group Technical oversight services for the shaft seal disassembly, reassembly, and tests. The work will be completed in five phases. At least (10) days ™ notice but not less than five (5) days ™ notice will be given, to the contractor, prior to the start of any of these evolutions. -Phase one, provide technical oversight for seal disassembly. -Phase two, provide technical oversight for the positioning of the shaft seals correctly as the shaft is drawn in for couple up. -Phase three, provide technical oversight during the removal of shaft seal parts from the shaft once the shaft is uncoupled. -Phase four, provide technical oversight during the stacking of shaft seal parts on the shaft after loading. -Phase five, provide technical oversight during the reassemble and test of seals. This solicitation is subject to the Availability of Funds Clause FAR 52.232-18. Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at http://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn The place of performance will be Pearl Harbor Naval Shipyard and Intermediate Facility (PHNS and IMF) Dry-Dock No.1. The following FAR provision and clauses are applicable to this procurement: 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications 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 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 w/Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates 52.222-99 Establishing a Minimum Wage for Contractor 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52-232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS provisions and clauses 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 252.204-7011 Alternative Line Item Structure 252-204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export- Controlled Items 252-225-7993 Prohibition on Contracting with the Enemy 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Quoters are reminded to include a completed copy of FAR 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 1200p.m. Hawaii time on Wednesday, November 05, 2014. Contact Mshindi Thomas who can be reached at (808) 473-7569 or email mshindi.thomas@navy.mil. Questions shall be submitted to Ms. Thomas via email only no later than 12:00p.m. Hawaii time on Monday, November 03, 2014. All responsible sources may submit a quote via email only to mshindi.thomas@navy.mil which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: price, technical capability, Contractor responsibility, and past performance. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3005/listing.html)
 
Place of Performance
Address: Pearl Harbor Naval Shipyard and Intermediate Facility
Zip Code: 667 Safeguard Street, Suite 100, Pearl Harbor, HI
 
Record
SN03560833-W 20141031/141030000745-371f59b44797db8b99e86ac88969f78a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.