SOLICITATION NOTICE
20 -- USNS MERCY (T-AH 19) TB30-35 Ship Stores Crane Replacement
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC SSU SAN DIEGO 570, BUILDING 570, 140 SYLVESTER ROAD, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521
- ZIP Code
- 92106-3521
- Solicitation Number
- N40443-12-T-0248
- Archive Date
- 9/20/2012
- Point of Contact
- Amador Rey Estrada, Phone: 6195249806, DOMINICK J FONTE, Phone: (619) 553-7696
- E-Mail Address
-
amador.estrada@navy.mil, dominick.fonte@navy.mil
(amador.estrada@navy.mil, dominick.fonte@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Note: Solicitation N40443-12-T-0248 and associated documents can be found at MSC's Contract's Webpage by clicking on the following link: https://www.procurement.msc.navy.mil/procurement/contract/SolicitationDetail.jsp?sol_number=N40443-12-T-0248&previous=Welcome.jsp MSC Contracts Page Link: https://www.procurement.msc.navy.mil/procurement/contract/RFPSearchEntry.jsp A. COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR). The solicitation number is N40443-12-T-0248 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are current to FAC 2005-58 effective 18 May 2012. This requirement is set-aside for small businesses. NAICS 336611 applies with a size standard of 1,000 employees. A firm-fixed price (FFP) contract will result from this solicitation. B. GENERAL INFORMATION. 1. Provide the services of a qualified general ship repair (GSR) contractor to accomplish the requirements described in the SOR, Work Items (WI), and info contained herein. 2. Vessel Name: USNS MERCY (T-AH 19) 3. Performance Location: Naval Base San Diego, Pier 1 4. Period of Performance: See Delivery Information 5. Ship Check: Not Scheduled. Note: The performance period is a reference to the ship's availability to undergo the above repairs. The contractor is not to construe that time-frame as the time required to accomplish the repairs; nor, is the contractor to assume it may start work during the last days of the performance period. The contractor is to contact the port engineer, after award, and prior to departing for the ship, to ensure the contractor's scheduled start and completion dates meet with the ship's schedule and other on-going work. 6. Technical POCs: 6.1. Port Engineer (PE): Fred Balagot, 619-524-9707 Office, Email: fred.balagot@navy.mil C. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS 1. Release of Government Furnished Information (Technical Data). NA 2. When a work item calls out for the submittal of a CFR, the CFR shall be submitted in sufficient time to allow: a. Subsequent RFP issued and approved by the Contracting Officer; and b. Additional work to be performed within the performance period. 3. No change in scope of work, delivery, terms, or additional funds will be authorized unless approved in advance by the Contracting Officer. By signature on this contract, the contractor acknowledges its responsibility to comply with this instruction. 4. The contractor shall coordinate with the Port Engineer prior to departure for the ship's location. In addition, the contractor is, and has been advised that the dates and/or location of the work identified herein are subject to change. 5. As applicable, at the start of the contract, all contractor(s), including the prime, it's subcontractors, and other specialty contractors/service order contractors/tech reps/OEM Reps, etc., are to contact the port engineer at the time of their arrival on-board, or on-site, and ascertain or establish when, where, if, and whether they are to participate or need to participate, in the daily morning meeting/briefings to be conducted by the port engineer. a. Daily briefs will be established at the discretion of the Port Engineer and contractors are to have bid into their price the costs of attending, whether such are held or not. If it is determined that a particular contractor is required to attend such daily meetings, labor costs associated with attending these will not be subject to a modification. 6. ABS CERTS and USCG REQUIREMENTS Where work items identify or require the submission of such, or same, as an element of meeting the repair requirements, or are required prior to final acceptance, or otherwise are required to meet annual or other government requirements, the contractor is to include such certifications proof of meeting USCG requirements, and so on, such shall be accomplished or submitted at the conclusion of the contract and prior to approval of invoice for final payment. In cases where there is an issue regarding the necessity for the contractor to return unused parts, materials or surplus items, etc., these too shall be addressed and accounted for at conclusion of contract and prior to final payment. 7. PORT ENGINEER REVIEW APPROVAL ACCEPTANCE OF WORK Port Engineers shall not complete final FMS receipt prior to obtaining contractor written (email) confirmation that all Government required identifications, ABS Certifications, and USCG requirements have been received or met prior to approval of job completion. 8. INFORMATION REQUIRED ON SHIPPING DOCUMENTS By accepting the delivery order/purchase order, the contractor agrees to ensure that itself, or the carrier, supplier, vendor, or other such source include the following information on shipping documents in the order: (a) Requisition/Order Number (b) Transportation Control Number, Tracking Number, or other reference number (c) Merchant's name and address (d) Ship's name and address (e) Government Point of Contact, if provided at time of order issuance (f) Itemized list of supplies furnished, including quantities (g) Marking and numbering of each packaged, crated, or shipped container (h) Shipping company name, phone number, email address, and POC Once the item(s) are shipped, or the contractor is in receipt of all shipping information, the contractor is to provide the Engineering POC with a copy of the information. 9. SECURITY a. EPIC clearance IS required. EPIC form and instructions can be found at MSC's web portal link: https://www.procurement.msc.navy.mil/procurement/contract/Welcome.jsp b. PIER ENTRY, SECURITY AND PERMITS. Contractor must arrange for access to the vessel for all work. c. Permits for hotwork, heavy equipment, or permits for any other purpose must be obtained by the Contractor. Base Security clearance, including EPIC and individual base access, for all contract personnel is the responsibility of the contractor. D. PRE-BID INQUIRY Cut-off date for question submission is 2:00 PM local time, San Diego, on 28 August 2012. No response will be provided for questions received after this date. All questions and answers will be incorporated via Attachment to the solicitation. E. LIST OF ATTACHMENTS The following documents, exhibits, and other attachments form as a part of this solicitation and resulting contract: ATT / ENCL NBR Title / Description # of Pages or Size 1 SOR_CASREP 12017_MERCY_ Ships Stores Crane Replacement 5 2 MSFSC SWIRRR 014 Crane and Cargo Gear Testing and Groom Requirements 3 3 MSC DWG 120-7490530 TB30-35 Crane Arrangement and Detail_ABS Stamped 2 4 MSC DWG 120-7297155_B, TB40-64 Crane Installation_ABS Stamp 2 5 ALLIED TB30-35 SHIP STORES CRANE MANUAL (PORT) 246 6 ABS Approval LTR Stores Crane 01_2006 2 7 WI PRICE DATA SHEET 1 8 PERFORMANCE SCHEDULE 1 9 DISCLOSURE OF LOBBYING ACTIVITIES 4 F. SUBMISSION OF QUOTES Email your proposals to amador.estrada@navy.mil by no later than the closing date and time specified in the solicitation. The offeror must submit a quote that includes at a minimum: TECHICAL Offerors must demonstrate an understanding of the overall scope of work and the plan to accomplish that work. Identify all proposed major (over $25,000.00 aggregate) subcontractors and suppliers by work item and the contractor personnel responsible for each subcontractor used. For all major subcontractors identified, advise whether the use of a second-tier subcontractor is proposed. If so, identify the proposed second-tier subcontractor and the specific work that it will be tasked to perform. In the event a Manufacturer's Technical Representative is required by a work item, identify all Manufacturers' Technical Representatives by source. If there are no Manufacturers' Technical representatives, provide a statement to that effect. Offerors must indicate subcontractors to be used in support of the voyage repair availability. Attachment 8 is provided for completion and inclusion in Offerors' proposal. PAST PERFORMANCE (a) The Government will evaluate past performance as a factor for award. To allow for the evaluation of the Past Performance the Government intends to review Contractor Performance Assessment Reporting System (CPARS) ratings and other existing past performance ratings on relevant contracts. The Government may also review other relevant past performance information contained in either local or other MSC office's files, or from other Government sources, such as the Supervisors of Shipbuilding. General trends in a contractor's performance will also be considered. (b) Each offeror has the opportunity to provide in its proposal any information regarding its past performance of contracts similar to the Government's requirement that it would like the Government to consider. Such information may be in the nature of: (1) Additional information which the Government has readily available, for example, data in the CPARS system; (2) Information which the offeror considers essential to the Government's evaluation of Past Performance; or (3) Explanatory information of substandard or poor performance and the corrective actions taken to prevent a recurrence. The Government reserves the right to determine the relevancy of such information, and to verify statements and representations made in an Offeror's proposal. Any information provided must be in sufficient detail with points of contact to enable the Government to ascertain offeror's ability to successfully complete required work. Summary lists of contracts or incomplete data may not be considered. PRICE/BUSINESS Offerors shall submit completed Representations and Certifications, including those incorporated by reference. Offerors shall submit prices in the format specified on the Work Item Price Data Sheet of this solicitation, Attachment 7. Each Specification Item Number must either be priced or marked "Not Separately Priced" (NSP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO/N40443-12-T-0248/listing.html)
- Place of Performance
- Address: Naval Base San Diego, San Diego, California, 92136, United States
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN02850111-W 20120824/120823000431-4f1e7e159ebe7b1a6fd2aaea30a43ddb (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 |