Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2016 FBO #5270
SOLICITATION NOTICE

J -- Improved Navy Lighterage System (INLS) Side Connector Repair and Refurbishment Services - Combined Synopsis/Solicitation

Notice Date
4/26/2016
 
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, United States Marine Corps, Blount Island Command (BIC), 5880 Channelview Blvd Blount Island, Jacksonville, Florida, 32226-3404, United States
 
ZIP Code
32226-3404
 
Solicitation Number
M67004-16-Q-1027
 
Point of Contact
Dennis R. Lisbon (Ctr), Phone: 9046965195, JoAnna Lovett-Black, Phone: 9046965170
 
E-Mail Address
dennis.lisbon.ctr@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL
(dennis.lisbon.ctr@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Basic Ordering Agreements for Navy Prepositioning Support Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is M67004-16-Q-1027 and is issued as a Request For Quotes (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 effective 06 April 2016 and DFARS DPN 20160325 effective 25 March 2016. By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being excluded from competition and not evaluated any further. Vendors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. Participating vendors must be registered at www.sam.gov This acquisition is a 100% Small Business SetAside. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7,500,000. The Product Service Code is J019, Maintenance, Repair, Modification, Rebuilding and Installation of Equipment Related to Ships. The period of performance for the resultant Basic Ordering Agreements will be five (5) Years or $5,000,000.00 each; whichever occurs first. The specific place of performance is dependent upon the type of work to be performed. Service Area I - Improved Navy Lighterage System (INLS) Side Connector Repair and Refurbishment Services shall be performed at the contractor's site and not at Blount Island Command. Service Area II - Navy Watercraft Depot Level Repair shall be performed at the contractor's site and not at Blount Island Command. Service Area III - Navy Watercraft Intermediate Level Maintenance and Repair shall be performed primarily at the contractor's site and performed at Blount Island Command on a limited basis. Service Area IV - Afloat Corrective Maintenance shall be performed in OCONUS locations and not at Blount Island Command. The Government will award a minimum of four (4) Basic ordering Agreements from this combined synopsis/solicitation, Each Basic Ordering Agreement is for a five (5) year period or a monetary limitation not to exceed $5,000,000.00. Multiple task orders and job orders are anticipated under each resultant BOA. Government funds are obligated only to the extent that a duly issued order creates such obligation. Firms that demonstrate that they meet the required technical capability qualifications and have satisfactory prior experience/past performance performing repairs on these specific systems will be considered for issuance of a BOA. This Combined Synopsis/Solicitation is soliciting offers in the following four (4) service areas. A firm may submit an offer on one or more service areas. The Government will utilize a lowest priced technically acceptable method for awarding all Basic Ordering Agreements: Service Area I - INLS Side Connector & WHE Services. The tasks of this BOA will be focused and within the scope of the following services: The Improved Navy Lighterage System has a sub component called the Roll On/Roll Off Discharge Facility, which employs a Side Connector (SC) to laterally and rigidly connect 24' x 80' x 8' modular steel barges. The side connector dimensions are approximately 8 ft. x 3 ft. x 3 ft and weigh approximately 4500 lbs. each. During use, the SC are partially submerged in salt water for extended periods. The SC is hydraulically activated and powered from an external source, the Containerized Crew Shelter (CCS). The SCs, CCS and Remote Carts require refurbishment which involves inspection, overhaul, repair, upgrades and testing utilizing the RC. The overhaul will include various industry disciplines that will include, but not limited to, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning, coating systems, MHE and transport support etc. One RRDF has 20 SC & two RC and there are a total five RRDF and there is one additional rotational spare set of SC. Due to RRDF employment schedules, it is anticipated that the SC would be refurbished one at a time. However, circumstances may require surge capability to refurbish an entire set. Additionally, general WHE services, including WHE maintenance and test weight support is included. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7,500,000. Service Area II - Navy Watercraft Depot Level Repair. This Agreement will include depot level maintenance and repair for the following Navy watercraft systems: Landing Craft Mechanized-8 (LCM-8), and Improved Navy Lighterage System (INLS) which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. Type of work includes various industry disciplines, but not limited to, towing, dry docking, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning (blasting), and coating systems (painting). It may also include selective repairs for unknown "growth" work from other Navy watercraft contracts. This Agreement will be required of a local small business firm as the Navy craft will require towing/transport from Blount Island, Jacksonville, Florida to the contractor's site for repair. Service Area III - Navy Watercraft Intermediate Level Maintenance and Repair. The tasks of this BOA will be focused on System Alterations, modifications, upgrades, selective repair, and associated Logistics, Technical Writing and Documentation services associated with Maritime Prepositioning Force Navy watercraft during its maintenance. This includes, but is not limited to, the following Navy watercraft: Maritime Prepositioning Force Utility Boat (MPFUB), Lighter Amphibious Resupply Cargo, 5 (LARC-V), Landing Craft Mechanized-8 (LCM-8) and Improved Navy Lighterage System (INLS), which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. It also includes maintenance, repair and logistical support for organic assets supporting the maintenance cycle. Type of work includes various industry disciplines, but not limited to, hull cleaning, towing, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, selective surface conditioning (blasting), coating systems (painting) and dry docking. It may also include selective repairs and system alterations to Navy watercraft that result from scheduling conflicts, production backlogs and unknown "growth" work from prevailing contracts. Service Area IV - Afloat Corrective Maintenance and Logistics Support. The tasks of this BOA are for providing OCONUS Intermediate and Depot Level Repair and Logistic Services of Improved Navy Lighterage System (INLS); Landing Craft Mechanized (LCM-8); Amphibious Bulk Liquid Transfer System (ABLTS) and the Maritime Prepositioned Force Utility Boat (MPF UB); on watercraft embarked on MPF shipping, deployed overseas. The contractor shall provide all required personnel, transportation, supervision (including safety oversight), and other items necessary to perform the required services in an OCONUS and afloat environment subject to MPF shipping schedules. The need for an indefinite delivery vehicle such as a Basic Ordering Agreement has arisen because Blount Island Command, Jacksonville, Florida is assuming responsibility for the corrective maintenance and repair of the INLS, LCM-8, ABLTS, and MPF UB systems once they are placed aboard the MPF Ships. Currently these systems and their predecessors are maintained by a contractor or subcontractor under contract to the NAVFAC Expeditionary Programs Office (NEPO) while embarked on ships forward deployed. Preventive maintenance will still be conducted under the NEPO contract. This BOA is for corrective maintenance and logistic support. Firms selected for a BOA will compete on task orders for all requirements. If adequate competition cannot be obtained among the BOAHolders, the Government reserves the right to open the area of competition to include non-BOA holders. Specifically, the contractor shall provide all required personnel, transportation, supervision (including safety oversight), and other items necessary to perform the required services. The selected Offeror shall comply with the following provisions before award and the commercial item terms and conditions for the resultant contract, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Within FAR 52.212-5, the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management FAR 52.219-1, Small Business Program Representations FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7004 Alt A, System for Award Management Alternate A - DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information - DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors - DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001 Pricing of Contract Modifications All offerors are required to complete and submit DFARS 252.209- 7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law with its quote.  ADDENDA TO 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) 1. Submission Instructions a. To be considered for award, offers shall provide the following: (1) Past Performance Information. The required past performance information as set forth in paragraph (10) of this provision. (2) Technical Capability. A detailed description of its technical capability to provide the required service in the specific service area in which it is providing an offer. Technical acceptabiity means providing objective evidence that your work history and experience shows that you are competent in this specifc service area and you have the required resources to perform to the required industry standard. Inclusive in the Technical capability requiremetns, all offerors shall provide a copy of its proposed Safety and Quality Control Plans for the specific service areas. (3) Price Quote. Offerors shall provide all fully burdened established market, catalog, and/or prevailing contract prices to perform all services required under this solicitation. Offeror shall provide only one fully burdened labor rate for each service area that will be used under the resultant Basic Ordering Agreeement. The Government will use the one labor rate for making its lowest priced technically acceptable offer award. NOTE: If several different labor categories are to be used in a service area, Offerors shall provide one composite hourly labor rate. Offeror shall provide the basis of its proposed hourly rate, i.e. market rate, historical rate, current contract rates for similar work, etc. Quote shall include sufficient documentation for the Government to determine the reasonableness of the proposed prices. Offeror shall provide a fully burdened all-inclusive hourly rate to perform the work under the Basic Ordering Agreement for the first year and each of the four ensuing years. The prevailing commercial hourly rates shall be used to establish fixed priced task orders under the Basic Ordering Agreement at the time of award. b. Offers shall be submitted electronically in order to be received by 12:00 PM (EST) on 29 April 2016. Offers are to be submitted to the attention of JoAnna Lovett-Black, Contracting Officer and a copy furnished to Dennis Lisbon, Contract Specialist (Ctr). Offers must be clearly identified in the subject line as "Basic Ordering Agreement - Navy Prepositioning Support Services". Offers shall be submitted via e-mail only to joanna.lovett-black@bic.usmc.mil and dennis.lisbon.ctr@bic.usmc.mil. (End of Provision)   ADDENDA TO FAR 52.212-2, Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will award a minimum of four (4) Basic Ordering Agreements or one (1) Basic Ordering Agreement in each specific service area. The Government reserves the right to award moe than one (1) Basic Ordering Agreement in a service area. The following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet requirement and price. The Government will award Basic Ordering Agrements to the firms that are the lowest priced technically aceptable offer in each of the service areas. The Government will not award a Basic Ordering Agreement to any firm outside a 50-mile radius of Jacksonville, Florida for Service Area II- Navy Craft Repair as it would be cost prohibitive. Transportation costs will be considered in determining the lowest priced technically acceptable offer for this service area. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M67004-16-Q-1027/listing.html)
 
Place of Performance
Address: 5880 Channel View Blvd, Jacksonville, Florida, 32226, United States
Zip Code: 32226
 
Record
SN04096139-W 20160428/160426234913-b801cbdb5eb7e73b8cd98490bb04cfaa (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 |
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.