Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOLICITATION NOTICE

J -- Accomplish Depot level repairs and modernization to UB-19 and UB-23

Notice Date
8/5/2021 12:21:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHEAST REGIONAL MAINT CENTER MAYPORT FL 32228-0057 USA
 
ZIP Code
32228-0057
 
Solicitation Number
N40027-21-T-0004
 
Response Due
8/20/2021 11:00:00 AM
 
Archive Date
09/04/2021
 
Point of Contact
Chris OConnor, Phone: (904)315-5208, H. LEIGH ANDERSON, Phone: (904)607-1010
 
E-Mail Address
chris.oconnor1@navy.mil, HEIDI.ANDERSON@NAVY.MIL
(chris.oconnor1@navy.mil, HEIDI.ANDERSON@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 format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a separate written solicitation will not be issued. Combined synopsis/solicitation N40027-21-T-0004�is issued as a Request for Quote (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) number 2005-95. This procurement is being solicited as a 100% small business set-aside with an associated North American Classification System (NAICS) code of 336611 and Product Service Code (PSC) J019�and the size standard is 1,250 employees. This requirement is for overhaul and modernization of UB-19 44' MPF Landing Craft and accomplish depot level repairs to UB-23 44' MPF Landing Craft.� Repairs include: Mechanical repairs, Structural repairs, and Paint repairs. Both vessels are�located in�Petersburg, FL. See attached STATEMENT OF WORK. Period of Performance will be 07 SEPTEMBER 2021�through 15 NOVEMBER�2021. CLIN 0001: UB-19 Quantity: 1 Lot CLIN 0002 UB-23 Quantity: 1 Lot This is a competitive award in the form of a Firm-Fixed-Price Contract and the anticipated award date is on or about 27 AUGUST 2021�. All Offerors �must be registered in the System for Award Management (SAM) as of the date quote is submitted. FAR 52.212-1 and FAR 52.212-3 apply to this acquisition. The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. Evaluation Criteria: A firm-fixed-price purchase order will be awarded. The Government will award on a lowest price technically acceptable basis to the Offeror �meeting the requirements of this combined synopsis/solicitation. Technical acceptability is defined as meeting the following criteria: 1. Submission of the attached Technical Requirements Checklist which reflects concurrence with all the SOW requirements. 2. Submission of the proof of at least $5,000,000 insurance certificates with concurrence that the Government �will be added to their liability policy at the time of contract for the length of the contract. 3. Having no known negative past performance. Quotes are due no later than 2:00pm US Eastern Standard Time on 20 AUGUST 2021. Proposals will only be accepted by the Contract Specialist, H. Leigh Anderson via email heidi.anderson@navy.mil and Procurement Contracting Officer Chris O'Connor at chris.oconnor1@navy.mil. We highly encourage bidders to call and confirm SERMC has received your electronic bid at (904)-315-5208 for Chris and (904) 607-1010 for Leigh. In addition to the information requested to substantiate technical acceptability responses must include at least the solicitation number; name, address and telephone number of Offeror; business type; CAGE code; and TAX ID number. Proprietary data in the responses will be protected where so designated. The following FAR and DFARS provisions apply to this acquisition: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-3(ALT I) Offeror Representations and Certifications -- Commercial Items. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance. 52.204-6 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.212-4 Contract Terms and Conditions -- Commercial Items 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-21 Contractor Liability for Personal Injury and/or Property Damage 52.252-2 Clauses Incorporated by Reference The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following subparagraphs of FAR 52.212-5(b) and (c) apply: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) 52.233-3, Protest after Award (Aug 1996)(31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78(19 U.S.C.3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [_X__] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 4704 and 10 U.S.C. 2402). [_X__] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010)(41 U.S.C. 3509)). [_X__] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). Responsibility Matters (Jul 2013)(41 U.S.C. 2313). [__X_] (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012)(section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, [_X__] (14)(i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). [_X__] (22) 52.219-28, Post Award Small Business Program Re-representation Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Dec 2015) (15 U.S.C. 637(m)). [_X__] (25) 52.222-3, Convict Labor (Jun 2003)(E.O. 11755). [_X__] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016)(E.O. 13126). [_X__] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). [_X__] (28) 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246). [_X__] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014)(29 U.S.C. 793). [_X__] (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). [_X__] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)(E.O. 13496). [_X__] (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). [_X__] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O. 13513). [_X__] (48) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [_X__] (54) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013)(31 U.S.C. 3332). [_X__] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. chapter 67). (May 2014)(29 U.S.C.206 and 41 U.S.C. chapter 67). [_X__] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014)(29 U.S.C. 206 and 41 U.S.C. chapter 67). [_X__] (8) 52.222-55, Minimum Wages Under Executive Order 13658(Dec 2014)(Executive Order 13658). Accepting and Dispensing of $1 Coin (Sep 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509)). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that o?er subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (May 2014)(E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (July 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014)(29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014)(41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014)(41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(Executive Order 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014)(42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226- 6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).Flow down required in accordance with paragraph(d)of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.211-7003 Item Unique Identification and Valuation 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Aug 2016) 252.225-7048 Export-Controlled Items 252.232-7010 Levies on Contract Payments 252.246-7003 Notification of Potential Safety Issues Full version of the FAR / DFARS clauses can be located at http://acquisition.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb656e0b7ee0457189b83fb82fbc2893/view)
 
Place of Performance
Address: Tampa, FL 33611, USA
Zip Code: 33611
Country: USA
 
Record
SN06086340-F 20210807/210805230123 (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.