SOLICITATION NOTICE
34 -- Contract for refurbishment of two (2) Weapons Shipping Harnesses in support of Navy operations at Portsmouth Naval Shipyard, Kittery, ME. NAICS Code 811310. Required Delivery Date of refurbished equipment is 05/15/2017. - 3)DD 2345 Militarily Critical Technical Data Agreement - N39040-17-T0107 Attachments 1, 2, 4, 5
- Notice Date
- 1/17/2017
- 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
- N3904017T0107
- Archive Date
- 2/10/2017
- Point of Contact
- Deana Manfredi, Phone: 2074381630, Anthony J. Barker, Phone: 2074381946
- E-Mail Address
-
deana.manfredi@navy.mil, anthony.barker@navy.mil
(deana.manfredi@navy.mil, anthony.barker@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1) Statement(s) of Work: WHS LOG ID 145 and WHS LOG ID 205) with list of References 1a, 1b, 1c, and 1d 3) DD 2345 Militarily Critical Technical Data Agreement This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-17-T-0107. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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. The small business size standard for NAICS Code 811310 is $7.5 Million. This procurement utilizes full and open competition and seeks price quote(s) from vendors capable of providing the following: Portsmouth Naval Shipyard (PNS) requests pricing for the procurement of the following items: 0001 Vendor Services, REFURBISH WEAPONS SHIPPING HARNESS (WHS) #1 (LOG ID 145). All work shall be performed in accordance with the Statement of Work. The Government Furnished Material (GFM) will be shipped and received on a DD1149 A-Invoice. Pricing of Item 0001 is requested for the required vendor services only. The Required Delivery Date (RDD) is no later than (nlt) 05/15/2017. 0002 Vendor Services, REFURBISH WHS #2 (LOG ID 205). All work shall be performed in accordance with the Statement of Work. The Government Furnished Material (GFM) will be shipped and received on a DD1149 A-Invoice. Pricing of Item 0002 is requested for the required vendor services only. The Required Delivery Date (RDD) is no later than (nlt) 05/15/2017. 0003 Contract Data Requirements for Item 0001 HARNESS #1 (LOG ID 145) in accordance with Exhibit A Contract Data Requirements List (A001- A007). This item is Not Separately Priced (NSP). 0004 Contract Data Requirements for Item 0002 HARNESS #2 (LOG ID 205) in accordance with Exhibit A Contract Data Requirements List (A001- A007). This item is Not Separately Priced (NSP). 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: 52.204-7 System for Award Management 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 of 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law 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 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 52.215-5 Instructions to Offerors -- Competitive Acquisition 52.219-1 Small Business Program Representations 52.219-28 Post Award Small Business 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-1 Buy American--Supplies 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.245-1 Government Property 52.245-9 Use and Charges 52.247-29 F.O.B. Origin 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt 1, System for Award Management Alternate A DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7007 Reporting of Government-Furnished Property DFARS 252.215-7008 Only One Offer DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program-Basic DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea This announcement will close at 11:00 AM ET on Thursday, 01/26/2017. Contact Deana Manfredi (email deana.manfredi@navy.mil or phone 207-438-1630. Alternate POC is Anthony Barker (email anthony.barker@navy.mil or phone 207-438-1946. Oral communications are not acceptable in response to this notice. Instructions to Offerors: Addendum To 52.212-1 "Instructions To Offerors - Commercial Items" I. GENERAL In addition to FAR 52.212-1, "Instructions to Offerors - Commercial Items" and any other instructions contained elsewhere in this solicitation, the following information is provided: Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable. IMPORTANT NOTES: (1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the combined synopsis solicitation. (2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote. (3) Responses should be submitted via email only. (4) Please review all specifications carefully, and all base access requirements. II. CONTENT OF QUOTE • RFQ pricing and information pages completed by the vendor. • Acknowledgement of solicitation amendments (if not previously acknowledged). • Technical Submission to include: ₀ Submission of technical information demonstrating compliance with the specifications, including, but not limited to: • Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s). • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number. • The details of any/all exceptions taken to the specification. The completion and submission of the above items will constitute a quote, and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Evaluation Criteria: 52.212-2 Evaluation--Commercial Items (Oct 2014) The quotation shall consist of two (2) parts: (1) Technical Acceptability, and (2) Price Information. Award will be made to the lowest priced, technically acceptable offeror. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications and provisions of the solicitation. Vendors are reminded to submit technical description as specified in FAR 52.212-1(b)(4). Quotations will be evaluated as follows: 1. Technical Acceptability 2. Price (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. (2) PRICE The vendor shall submit one (1) signed copy of the completed RFQ, and if applicable, executed copy of Amendments. The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for sixty (60) days. Vendors shall include pricing for all line items listed. Failure to do this shall be cause for rejection of the quote for all line items. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. SELECTION: The Government intends to evaluate quotations and issue an award using the procedures of FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The Government shall select the vendor whose quotation is the Lowest Price Technically Acceptable to the Government, considering price and technical compared to other quotations. The Government reserves the right to not issue an award if it is not in the best interest of the Government to make an award. Attachments: 1) Statement(s) of Work: WHS LOG ID 145 and WHS LOG ID 205 (2 pgs) a) NAVSEA DWG 709-5590215 Rev N b) PY 81066 c) DWG 632D-M-4836 d) NAVSEA DWG 709-5549373 (LAT) 2) Exhibit A, Contract Data Requirements List (Item 0003, Data Items A001-A007) (3pgs) 3) DD 2345 Militarily Critical Technical Data Agreement* (2 pgs) 4) Security Agreement for Protection of Export control Data (1 pg) 5) RFQ Form 17-T-0107 (2 pgs) *INSTRUCTIONS TO RECEIVE DATA The attachments to this solicitation (referenced drawing numbers 1a, 1b, 1c, and 1d above) contain controlled Unclassified Technical Data related to critical technologies with military and space applications, which may not be lawfully exported without an approval under executive order 12470 or the Arms Export Control Act. Such data are protected from Government disclosure pursuant to 10 USC Section 140C and are exempt from mandatory disclosure under the Freedom of Information Act (FOIA) pursuant to the third exemption, 5 USC 552 (b) (3). The third exemption of the FOIA permits withholding information from public disclosure when it is protected by statute. As a result of these restrictions, vendors must be "qualified" U.S. Contractors to receive the attachments (referenced drawing numbers 1a, 1b, 1c, and 1d above). To become qualified, complete the attached DD Form 2345 (Attachment 3), and forward it to the Defense Logistics Service Center, Battle Creek, MI. An instruction sheet is on the reverse of the form. To receive the attached data (referenced drawing numbers 1a, 1b, 1c, and 1d above) you must: (i) complete the attached Security Agreement (Attachment 4) and (ii) attach copy of your approved DD Form 2345 (Attachment 3) to it, and return to Portsmouth Naval Shipyard, Contract Division, Attn: Code 410, Portsmouth, NH 03801. If you have any questions, please contact Deana Manfredi at 207-438-1630. System for Award Management (SAM): Vendors 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 the following methods in order of preference: 1) Email to deana.manfredi@navy.mil; 2) Fax to 207-438-4193, or; 3) Mail to: Contracting and Logistics Department ATTN: Deana Manfredi, Contract Specialist Portsmouth Naval Shipyard, Code 410 Portsmouth, NH 03801 All Offerors are requested to fill out Attachment #5, RFQ Form # N3904017T0107, in its entirety. No deviation from the Statement of Work is authorized. All quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 811310, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. 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/c5d6d39f3d47f187f1245b2f4be2cdb4)
- Place of Performance
- Address: Portsmouth Naval Shipyard (PNS), Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN04372644-W 20170119/170117234236-c5d6d39f3d47f187f1245b2f4be2cdb4 (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 |