SOLICITATION NOTICE
19 -- for REPAIR OF ZODIAC RHIBS HULL AND RHIB ENGINES
- Notice Date
- 8/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-16-T-7637
- Response Due
- 8/18/2016
- Archive Date
- 9/17/2016
- Point of Contact
- Point of Contact - Amanda L Foster, Contract Specialist, 619-553-4456; Joel Judy, Contracting Officer, 619-553-4507
- E-Mail Address
-
Contract Specialist
(amanda.foster@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SSC Pacific Request for Quotation (RFQ) for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-7637 for REPAIR OF ZODIAC RHIBS HULL AND RHIB ENGINES Space And Naval Warfare Systems Center (SPAWARSYSCEN) Pacific requires the services of a qualified Zodiac Repair Member familiar with repairing Zodiac RHIBS, and qualified facility familiar with repairing RHIB engines. The services will include parts and labor costs associated with making the RHIB sea-worthy. Companies wishing to bid must complete a site visit at SSCPAC to inspect RHIB and provide quotes inclusive of all parts and service required to complete the repairs. This requirement is set-aside for small businesses, NAICS code is 336611 and the size standard is 1,250 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. ***The site visit is scheduled for August 12, 2016 at 1pm, Pacific Daylight Time (PDT). Address: SSC PAC Bayside 53560 Hull St, San Diego, CA 92152 All vendors wishing to attend the site visit must confirm with Brian Maloney at brian.maloney@navy.mil or 760-484-1949. *** This RFQ closes on August 18, 2016 at 11:00am, Pacific Daylight Time (PDT). Objectives and Taskings: 0001 Contractor shall haul, block & launch 0002 Contractor shall troubleshoot Starboard Coolant Alarm and submit Conditions Round Report (CFR) 0003 Contractor shall replace Strainer Gaskets 0004 Contractor shall replace Bucket Position Sender (Tensiometer) 0005 Contractor shall service Sponson Valves 0006 Contractor shall repair hole near starboard drive (note: foam core in vicinity water soaked) 0007 Contractor shall replace Exhaust Scuppers 0008 Contractor shall replace Trailer-Jack 0009 Contractor shall replace Trailer Keel Rollers 0010 Contractor shall install New Seal Assemblies at both Steering Linkages 0011 Contractor shall install New Inverter Charger 0012 Contractor shall repair Jet Drive Shaft Seal Leak 0013 Contractor shall order one new factory direct starter motors for both engines on RHIB (rigid hull inflatable boat). Total of two starter motors. 0014 Contractor shall remove old starters and install new starters on each engine 0015 Contractor shall test & operate both engines to ensure operating efficiency Place of Performance: Work shall be performed at offeror's facilities offsite. SSCPAC personal can tow RHIB to local (San Diego) Repair Facility. Any repair facility outside of San Diego, must provide own towing services from SSCPAC, and return to SSCPAC after repair and inspection. See attached Scope of Work for additional details regarding certifications and performance standards. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil 3. Please include the following: a. CAGE Code b. DUNS c. Business Size 4. A site visit is required before submission of quotes. The point of contact for the site visit is Brian Maloney at brian.maloney@navy.mil. RSVP is required. The point of contact for this solicitation is Amanda Foster at amanda.foster@navy.mil. Please include RFQ N66001-16-T-7637 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/162016) and Defense Federal Acquisition Regulation Supplement (DFARS), June 7, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items applies to this acquisition in e-Commerce. DFARS 252.204-7000- Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled Technical Information; 252.211-7003-Item Identification & Valuation FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.204-2 Security Requirements, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225- 13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. 52.204-7 -- System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6 -- Notice of Total Small Business Set-Aside. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications. 52.232-18 -- Availability of Funds. 52.233-1 -- Disputes. 52.233-4 -- Applicable Law for Breach of Contract Claim. 52.247- 34 -- F.o.b. Destination. 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials. 252.223-7008 - Prohibition of Hexavalent Chromium. 252.225-7002 - Qualifying Country Sources as Subcontractors). 252-232-7010 - Levies on Contract Payments. 252.243-7001 - Pricing of Contract Modifications,
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/48d6c4ab15a35252bdd182255567d7e6)
- Record
- SN04213756-W 20160810/160808235215-48d6c4ab15a35252bdd182255567d7e6 (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 |