Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
SOLICITATION NOTICE

R -- Dive Boat 60DS1501 Engineering and Design Services - Solicitation N3904018Q0212

Notice Date
4/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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
N3904018Q0212
 
Archive Date
4/30/2019
 
Point of Contact
Emily Bateman, Phone: 2074386819
 
E-Mail Address
emily.bateman@navy.mil
(emily.bateman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
18Q0212 Combined Synopsis 180406 18Q0212 Drawings Binder 180406 18Q0212 Request for Quote Sheet 180406 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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. The RFQ number is N3904018Q0212. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Change Notice 2018-0323. 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/browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html. Solicitation: N3904018Q0212 Posted: 04/06/218 Closing: 04/16/18 Purpose: Cancel Previous Solicitation N3904018Q0177, and Replace with Solicitation N3904018Q0212. The NAICS code is 541330 and the Small Business Standard is $38.5M (for marine engineering). This is a Small Business Set Aside solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: This requirement is to provide engineering and design services for the development of an overhaul package for Dive Boat 60DS1501 located at Portsmouth Naval Shipyard in Kittery, ME. Period of Performance is date of award plus sixty (60) days. SEE ATTACHED SOW. The Period of Performance Award +60 days. Place of performance is the Portsmouth Naval Shipyard, 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 provisions and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-7 Information Regarding Responsibility Matters 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 52.212-3 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 52.215-5 Facsimile Proposals 52.219-1 Small Business Program Representations 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 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 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 52.248-1 Value Engineering 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses HQ B-2-0022 CONTRACT SUMMARY FOR PAYMENT OFFICE HQ C-2-0004 ACCESS TO THE VESSEL(S) HQ C-2-0007 APPROVAL BY THE GOVERNMENT HQ C-2-0016 DEPARTMENT OF LABOR SAFETY AND HEALTH STANDARDS HQ C-2-0023 EXCLUSION OF MERCURY HQ C-2-0034 MINIMUM INSURANCE REQUIREMENTS HQ D-1-0002 PACKAGING OF SUPPLIES HQ D-2-0006 MARKING AND PACKING LIST(S) HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES HQ F-2-0004 F.O.B. DESTINATION HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING HQ L-2-0003 FACILITY SECURITY CLEARANCE Quoters shall include a completed copy of 52.212-3 and its 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 Alt A System for Award Management Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 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 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 Pricing Adjustments 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 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 252.247-7023 Transportation of Supplies by Sea This announcement will close at 04:00 PM ET local time on 16 April 2018. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. 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/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 333415, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6901f23d3054e07bc130c7dd8c7de986)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04881731-W 20180408/180406231138-6901f23d3054e07bc130c7dd8c7de986 (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.