SOLICITATION NOTICE
J -- Small Craft Boat Maintenance - Statement of Work
- Notice Date
- 4/2/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- N39040-14-T-0179
- Archive Date
- 6/16/2014
- Point of Contact
- Evan W. Coburn, Phone: 2074381630, Nicholas Kulakowski, Phone: 2074385253
- E-Mail Address
-
evan.coburn@navy.mil, nicholas.kulakowski@navy.mil
(evan.coburn@navy.mil, nicholas.kulakowski@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for N39040-14-T-0179 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 (www.fbo.gov). The RFQ number is N39040-14-T-0172. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20130311. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 811310. The small business size standard for NAICS Code 811310 is $7 Million. This Is 100% SMALL BUSINESS SET-ASIDE Action. Only quotations received from small business offerors will be considered for award. Portsmouth Naval Shipyard Code 410 Contracting requests responses from qualified small business sources capable of providing the following in accordance with the attached statement of work: ITEM 0001 PREVENTATIVE MAINTENANCE AND EMERGENCY REPAIRS OF SMALL CRAFT BOATS, TRAILERS, AND MOTORS IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. NOTE: MAINTENANCE CENTER MUST BE WITHIN 10 MILES OF PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME. PERIOD OF PERFORMANCE: 06/05/2014 TO 06/04/2015 PLEASE PROVIDE LABOR RATES (PER HOUR) FOR THE FOLLOWING: • BOAT MAINTENANCE • MOTOR MAINTENANCE • TRAILER MAINTENANCE • DELIVERY CHARGES ITEM 0002 OPTION TO EXTEND THE SERVICES UNDER ITEM 0001 PERIOD OF PERFORMANCE: 06/05/2015 TO 06/04/2016 PLEASE PROVIDE LABOR RATES (PER HOUR) FOR THE FOLLOWING: • BOAT MAINTENANCE • MOTOR MAINTENANCE • TRAILER MAINTENANCE • DELIVERY CHARGES ITEM 0003 OPTION TO EXTEND THE SERVICES UNDER ITEM 0001 PERIOD OF PERFORMANCE: 06/05/2016 TO 06/04/2017 PLEASE PROVIDE LABOR RATES (PER HOUR) FOR THE FOLLOWING: • BOAT MAINTENANCE • MOTOR MAINTENANCE • TRAILER MAINTENANCE • DELIVERY CHARGES 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 provision and clauses are applicable to this procurement: 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance (July 2013) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 52.212-3, and its ALT I, 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- Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.217-8, Option to Extend Services 52.219-28, Post Award Small Business Representation 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, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) This announcement will close at 3:00 PM ET on Wednesday, 04/16/2014. Contact Evan Coburn at 207-438-1630 or email evan.coburn@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - 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. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price 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/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via fax (to 207-438-4193). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 811310, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fabb1abf4b3f9e702b465599c8e34718)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN03327487-W 20140404/140402235153-fabb1abf4b3f9e702b465599c8e34718 (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 |