Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

J -- ENGINEERING, REFURBISHMENT, AND ROTATABLE POOL SUPPORT OF STEAM CRITICAL BOILER APPURTENANCE SPARES

Notice Date
2/27/2020 8:57:58 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N6449820R4027
 
Response Due
3/13/2020 12:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Derek W. Diep, Phone: 2158978053, Michael R. Sommeling, Phone: 2158971226
 
E-Mail Address
derek.diep@navy.mil, michael.r.sommeling2@navy.mil
(derek.diep@navy.mil, michael.r.sommeling2@navy.mil)
 
Description
This�SOLICITATION/Request for Proposals (RFP)�is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement, to procure the storage, overhaul, assessment, repair, and industrial activity to make Ready for Issue (RFI) critical steam plant boiler appurtenances under Fleet critical spares and NAVSEA 2S COG Programs. Support includes the establishment and maintenance of rotatable pools of critical boiler appurtenances and associated equipment and spares, material procurement to support rotatable pools, and support for rotatable pool/critical spares warehousing operations. Work performed will support the Fleet and associated DOD Activities and focus on Steam Propulsion Plant main steam and auxiliary steam system components, and steam boiler appurtenances and associated equipment and systems. Naval Sea Logistics Center (NSLC) will house and be responsible for RFI and Non-RFI Spares. The contractor shall provide temporary material staging areas for non-RFI items and critical spares in various conditions, to include MIC Level I storage capabilities in accordance with NAVSEA requirements, during the assessment and refurbishment periods. The contractor shall provide equipment shipping and receiving services to CONUS/OCONUS destinations including Naval Bases, Naval Shipyards, training facilities, other RMCs and other Government activities, privately owned shipyards, Original Equipment Manufacturers (OEM) and OEM Authorized Subcontractors Venders/Distributors. The contractor will perform identification, condition assessments, and labeling as per the direction of a Government representative. The contractor will provide list(s) of repair parts required to make equipment, systems and materials Ready for Issue (RFI). The contractor will utilize government certified and approved repair facilities and coordinate with repair depots to repair, overhaul (class �B�) and refurbish components and spares to achieve RFI condition. The contractor shall provide skilled technical personnel who are capable of developing Steam Plant equipment work items for engineering, inspection, maintenance, overhaul, repair, upgrades, alterations, fabrication and modernization. It is the intention of the Navy to award a multiple award contract (MAC), Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract with Cost-Plus Fixed Fee (CPFF) ordering provisions�with an estimated period of performance of 72 months with a 60 month ordering period,�for engineering support services, based on offerors being Technically Acceptable. Per Class Deviation 2018-O0006, Evaluation Factors for Certain Multiple-Award Task-or-Delivery-Order Contract dated 13 December 2017, contracting officers may exclude price or cost as an evaluation factor for contract awards, if the solicitation states that the Government intends to make an award to each and all qualifying offerors. The contracting officer shall consider price or cost as one of the factors in the selection decision for each task order delivery order under the multiple-award contract, in accordance with FAR 16.505(b)(1)(ii)(E). Based on this - the source selection process for the base contract(s) will focus on the technical evaluation of the offeror�s proposal. The Government will utilize the Acceptable/Unacceptable Selection Process among technical factors to determine if each company is considered technically acceptable for award. The Government intends to evaluate proposals and award one or more contracts based on initial proposals. Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a technical standpoint. However, the Government reserves the right to enter into discussions with Offerors as it is determined by the Contracting Officer to be in the Government�s best interest. This contract will be competitively awarded pursuant to 10 U.S.C. 2304 and the Federal Acquisition Regulations 6.401 (b).� The Product Service Code (PSC) for this effort is J020. �The applicable NAICS Code for this requirement is 336611. Government WILL NOT PAY for any information received in response to this notice, and the Government will not compensate the respondent for any cost incurred in developing the response to this notice. The Government will not release any information marked with a proprietary legend received in response to this notice to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. Questions regarding this solicitation will be accepted until 14 February 2020, 3:00PM Eastern Standard Time (EST). For questions regarding this announcement, please contact Derek Diep at derek.diep@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f009740eac4a407e85532f28ac72252b/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN05574170-F 20200229/200227230138 (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  © 1994-2020, Loren Data Corp.