Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

R -- Engineering and Design Services

Notice Date
12/20/2019 4:17:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801 USA
 
ZIP Code
03801
 
Solicitation Number
N3904020Q0042
 
Response Due
12/20/2019 10:00:00 AM
 
Archive Date
01/04/2020
 
Point of Contact
Danelle Quinn, Phone: 207-438-6588, Fax: 207-438-4193
 
E-Mail Address
danelle.quinn@navy.mil
(danelle.quinn@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 beta.sam.gov, formerly FEDBIZOPPS (FBO.gov). The RFQ number is N3904020Q0042. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-01 and DFARS Change Notice 2019-0531. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 541330 and the Small Business Standard is 16.5M (for Engineering Services). This is a Small Business Set Aside solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Engineering and design services for the development of an overhaul package for two (2) Barges- YC 1619 and YC 1620 located at Portsmouth Naval Shipyard in Kittery, ME. Period of Performance is 01/01/2020 to 02/15/2020. Place of performance is the Portsmouth Naval Shipyard, Kittery, ME. YC 1619 AND 1620 STATEMENT OF WORK The intent of this proposed Scope of Work is to provide Engineering and Design services to Portsmouth Naval Shipyard for the development of two separate modification work packages for YC 1619 and YC 1620. Provide written work specification items, formatted IAW NAVSEA JFMM Appendix 4E, designs, material lists, and engineering drawings to NAVSEA technical specification 9090-600, for YC 1619 and YC 1620, located at Portsmouth Naval Shipyard, Kittery, ME. Drawings should be developed using IDEAS type layering standards using AUTOCAD release 13 or higher.�� The written items, associated drawings, and material lists, will be used to execute a �depot level� shipyard availability on YC 1619 and YC 1620.� A ship-check is required, and will be coordinated through the Portsmouth Naval Shipyard Barge/Service Craft Supervisor. Provide a Class �C� cost estimate for each item, IAW NAVSEA JFMM Vol VII, Chap 5. The offeror shall have at least 5 years of experience with the design and engineering on US Navy Service Craft including the sizing, equipment selection and interface of existing systems on the barges. The offeror shall publish all completed items to the Navy Maintenance Database Re-Platform (NMDR). The Vessel is located at Portsmouth Naval Shipyard, Kittery, ME.� The following is a list of items that require Work Items, and/or drawings: Towing Services Hazardous Waste Temporary Services Cleaning and Pumping Main Deck/Preserve Drydock/Fleet/Undock Preserve Underwater Hull, Freeboard Underwater Hull, Inspect/Repair Void, Clean, Repair, and Preserve Hull Zinc Anode, Provide and Replace Manhole Covers, Clean and Preserve Lifelines/Stanchions, repair or replace Nonskid, Replace BASIC SCOPE OF SERVICES Task 1 Shipcheck Conduct a shipcheck of the vessels and gather information for the development of two separate overhaul packages. The information gathered shall include the following: Perform a visual inspection of the crafts with the supervisor and or craft representative.� Check the exposed hull, deck plating, lifelines and stanchions, manhole covers, Main deck coatings including existing preservation systems, Void coatings, loose coatings, and condition of deck plating.�� Note areas of corrosion, erosion, evidence of structural defects and damage. Obtain �as built� and other reference drawings to be used during package development. Conduct a meeting with the supervisor or craft representative to collect data and obtain information for the development of all work items. Discuss with craft representative amounts of front loads for plating and stiffener replacements to put in work items based on historical knowledge. Determine if 3, 7 or 12 year service life paint system is what is appropriate for underwater hull. Task 2: Deliverables 1. Shipcheck report 2. Work items, including Class �C� cost estimate 3. 2?kilo package 4. Guidance shipcheck sketches/drawings for Work Items where required 5. Publish all work items, in JFFM 4e format to NMDR. -END OF STATEMENT OF WORK- CLAUSES 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, (https://www.acquisition.gov/browse/index/far), and clauses are applicable to this procurement:� 52.203-19 � Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 52.204-16 � 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 52.209-10 � 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 52.212-2 �� Evaluation--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 52.219-1 �� Small Business Program Representations 52.219-6���� Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644) 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 52.223-18 � Encouraging Contractor Policies To Ban Text Messaging While Driving 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 52.242-17 � Government Delay of Work 52.246-4��� Inspection of Services-Fixed-Price 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 The local clauses can be sent upon request. C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Oct 2018) C-211-H001 Access To The Vessel(S) (Navsea) (Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-222-H002 Department Of Labor Safety And Health Standards For Shipbuilding (Navsea) (Oct 2018) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-H004 Management And Disposal Of Hazardous Waste (Navsea) (Mar 2019) C-223-N002 Restrictions On Use Of Yellow Material (Navsea) (Oct 2018) C-227-H002 Plans And Other Data� (Navsea) (Oct 2018) C-228-H001 Indemnification For Access To Vessel (Navsea) (Dec 2018) C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Oct 2018) D-211-H001 Packaging Of Data (Navsea) (Oct 2018) D-211-H002 Marking Of Reports D-247-H002 Packaging Of Supplies�Basic (Navsea) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Oct 2018) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018) G-232-H004 Government Purchase Card Method Of Pay (Navsea) (Oct 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019) G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018) H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) L-204-H001 Facility Security Clearance Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional DFARS, (https://www.acquisition.gov/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 252.204-7006 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 Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea EVALUATION FAR 52.212-2 Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Adherence to Schedule - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. Technical Evaluation Ratings Rating Description Acceptable- Submission clearly meets the minimum requirements of the solicitation Unacceptable- 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. Schedule: Period of Performance is 01/01/2020 to 02/15/2020 Price: The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. 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/. A site visit is available at 10:30 AM ET local time on December 19, 2019. Requests to visit the site must be submitted by 1:00 PM ET local time December 13, 2019. Contact Danelle Quinn who can be reached by email danelle.quinn@navy.mil. This announcement will close at 1:00 PM ET local time on 20 December 2019. METHOD OF PROPOSAL SUBMISSION� Offers shall be emailed to danelle.quinn@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, business size under NAICS Code 541330, 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. -End of Combined Synopsis/Solicitation- ************** This is Amendment 001 to attach questions and answers. ************** ************** This is Amendment 002 to update the NAICS code is 541330 and the Small Business Standard to $41.5M (for Marine Engineering and Naval Architecture). ************** ************** This is Amendment 003�to attach questions and answers. **************
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a9ef24c1707544fbb75ca911f3d692a9/view)
 
Place of Performance
Address: Portsmouth, NH 03801, USA
Zip Code: 03801
Country: USA
 
Record
SN05522390-F 20191222/191220230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.