SOLICITATION NOTICE
16 -- Refurbishment of AV-8 Low Pressure Compressor 1 vanes utilizing a proprietary/patented process, Liquid Plasticity Burnishing (LPB) from Surface Enhancement Technologies dba Lambda Technologies.
- Notice Date
- 1/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024418Q0046
- Response Due
- 2/9/2018
- Archive Date
- 2/24/2018
- Point of Contact
- Ralph Franchi 619-556-9776 Ralph Franchi, FLCSD, Contracting, Code 240, 619-556-976, ralph.franchi@navy.mil
- E-Mail Address
-
Contracting Office representative
(ralph.franchi@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00244-18-Q-0046. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96, November 6, 2017, updated with Class Deviation 2018-o0007 and DFARS Publication Notice (DPN) DPN 20171228, December 28, 2017. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 332999 and the Small Business Standard is 750 employees. The proposed contract is a sole source The Small Business Office concurs with the sole source. NAVSUP Fleet Logistics Center San Diego (FLCSD) is requesting a response from an approved sole source Surface Enhancement Technologies division Lambda Technologies (SET/Lambda) cage: 3AV35 for Liquid Plasticity Burnishing (LPB) services to remanufacture/refurbish AV-8B aircraft engine vanes. The Statement of Work (SOW) (Attachment 1) provides required item descriptions, quantities, and units of issue. It is the Government ™s intent to solicit the sole source and award a Firm Fixed Price (FFP) Requirements type delivery order contract for a base year and four one year option periods. Delivery orders will be placed by the Cherry Point Satellite Contracting Office (DODAAC - M00146). Each delivery order issued will identify quantities, delivery timeframe, period of performance, etc. CLINDescriptionQuantityUnit PriceTotal 0001 BaseLPC 1 Vane Refurbishment1,440$$ 1001 Opt 1LPC 1 Vane Refurbishment1,440$$ 2001 Opt 2LPC 1 Vane Refurbishment960$$ 3001 Opt 3LPC 1 Vane Refurbishment960$$ 4001 Opt 4LPC 1 Vane Refurbishment960$$ Total Cost$ The planned period of performance of the contract is as follows: Base PeriodMarch 9, 2018 to March 8, 2019 Option Period 1 March 9, 2019 to March 8, 2020 Option Period 2 March 9, 2020 to March 8, 2021 Option Period 3March 9, 2021 to March 8, 2022 Option Period 4March 9, 2022 to March 8, 2023 Statement of Work (SOW) is incorporated as Attachment 1. Delivery Location is Cherry Point, NC 28533, FOB Destination. Any delivery order placed will specify its own period of performance and delivery/shipping information. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Post Award Contract Administration will be retained by NAVSUP FLCSD, Code 240 Certified Cost and Pricing Data śis not ť required. The following FAR/DFAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; 1.6 Questions regarding any aspect of this procurement must be submitted in writing via email only, and addressed to ralph.franchi@navy.mil. Other methods of submitting questions are not authorized and will not be acknowledged, i.e., phone calls will not be accepted. The subject line of all email correspondence must state RFQ N00244-18-Q-0031 QUESTION(S) in the subject line. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 1 days of the closing date may not allow for ample time to respond and offerors cannot be guaranteed a response will be issued. An offeror should anticipate that questions and responses will be posted for viewing by all other potential offerors. Answers of themselves do not constitute revisions to the RFQ. Any revision to the RFQ as a result of questions and answers must be done via an amendment to the solicitation. 1.7 It is the offerors responsibility to ensure all electronic media are readable by the Government. All quotes must be emailed to ralph.franchi@navy.mil by solicitation close date and time. All Contract Line Item Numbers (CLINs) shall have a firm-fixed unit price and total price. (End of Provision) The following listed /provisions clauses shall be incorporated into any resultant contract award as applicable. The clauses will be applicable to any orders issued against the basic contract. 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) 7System for Award Management 52.203-11 Certification and Disclosure Regarding payments to Influence Certain Federal Transactions (Sept 2007) 52.203-12 Limitation on Payment to Influence Certain Federal Transactions (Oct 2010) 52.204-4 Printer or copied double sided on postconsumer fiber content paper (May 2011) 52.204-7 System for Award Management (Oct 2016) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Dec 2014) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors-Commercial Items (Oct 2016) “ REVIEW this provision, para (b) Submission of Offers 52.212-2 Evaluation- Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2017) with Alternated I (Oct 2014) (Included as Attachment 2 to this RFQ) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2016) 52.219-8 Utilization of Small Business Concerns (Nov 2016) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Sept 2016) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37 Employment Reports on Disabled Veterans (Feb 2016) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certification (Oct 2015) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after award (Aug 1996) 52.239-1 Privacy or Security Safeguards (Aug 1996) 52.242-13 Bankruptcy (July 1995) 52.247-34 f.o.b. Destination (Nov 1991) 252.203-7000 Requirements Relating To Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.203-7005 Representation Relating To Compensation of Former DoD Officials (NOV 2011) 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements ” Representation (Deviation 2015-O0010) 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A, System for Award Management (FEB 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information (OCT 2016) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting (OCT 2016) 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016) 252.209-7004 Subcontracting with firms that are owned or controlled by the government of a country that is a state sponsor of terrorism (Oct 2015) 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2015 Appropriations. 252.223-7001 Hazard warning labels (DEC 1991) 252.223-7008 Prohibition of hexavalent chromium (JUN 2013) 252.225-7000 Buy-American Balance of Payments Program Certificate (NOV 2014)-Alternate I. 252.225-7001 Buy American and Balance of Payments Program (DEC 2016) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2016) 252.225-7021 Trade Agreements (DEC 2016) 252.225-7036 Buy American ”Free Trade Agreements ”Balance of Payments Program-Basic (DEC 2016) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports (JUN 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) 252.232-7010 Levies On Contract Payments (DEC 2006) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts For Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 252.216-7006 Ordering. ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from March 9, 2018 through March 8, 2019. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered śissued ť when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered śissued śwhen the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of clause) 52.216-19 Order limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 150; (2) Any order for a combination of items in excess of 150; or (3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor ™s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government ™s requirements do not result in orders in the quantities described as śestimated ™ ™ or śmaximum ť in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor ™s and Government ™s rights and obligations with respect to that order to the same extent as if the order were completed during the contract ™s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 120 days after the ordering period. (End of Clause) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. (End of Clause) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://farsite.hill.af.mil/vffara.htm DFARS Clauses: http://farsite.hill.af.mil/vfdfara.htm (End of clause) 52.252-6 Authorized deviations in clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ś(DEVIATION) ť after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ś(DEVIATION) ť after the name of the regulation. (End of Clause) 5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractors facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Maria Papet ADDRESS: NAVSUP FLC San Diego (FLCSD) 3985 Cummings Road, Code 240 San Diego, CA 92136 TELEPHONE: 619-556-6850 (End of Clause) 52.233-2 -- Service of Protest. As prescribed in 33.106, insert the following provision: Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Fleet Logistics Center San Diego (FLCSD) Contracting Department, 3985 Cummings Road, Code 200, San Diego, CA 92136 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) DESIGNATION OF ORDERING ACTIVITY The following Naval activity is hereby authorized to place delivery orders: Cherry Point Satellite Contracting Office (M00146) The Contracting Officer will issue a letter to the contractor coincident with contract award listing the authorized ordering officer(s) by name. The authorized ordering officer is responsible for issuing and administering any orders placed hereunder. Ordering officers have no authority to modify any provisions of the basic contract. Any deviations from the terms of the basic contract must be submitted to the Procuring Contracting Officer (PCO) for contractual action. Terminations of delivery orders for convenience or for default shall be issued only by the PCO. UNIT PRICES (JUL 2016) Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. (End of Local Provisions) Quotation Submission Date: Request for Quotation: N00244-18-Q-0046 is due 4:00PM (PST) on Friday, February 9. You may contact the FLCSD Contract Negotiator, Ralph Franchi at 619-556-9776 or email ralph.franchi@navy.mil. Oral communications are not acceptable in response to this notice. The Government requests that the quotation be valid for a minimum of 60 calendar days. The quotation is required to include all requested documentation, FOB point, a designated company point of contact, name email, phone number, business size, and payment terms. Solicitation Attachments: (1)Statement of Work (SOW) (2)FAR 52.212-3 Offeror Representations and Certifications “ Commercial Items and other applicable provisions (Fill In) (3)Pricing Information Request Offeror Quotation Documentation requirements: Volume TitleFormatPage Limit Volume I “ Offer Electronic and 1 Hard Copy In accordance with Solicitation format Volume II “ 52.212-3 and other applicable provisionsElectronic and 1 Hard Copy In accordance with Solicitation attachment (2) provisions format Volume III “ Pricing Data Performance Electronic and 1 Hard Copy In accordance with Solicitation Attachment (3) śPricing Information Request ť **NOTE** The electronic copy is to be emailed to: ralph.franchi@navy.mil **NOTE** A hard copy is required to be mailed to: Fleet Logistics Center San Diego (FLCSD) Contracts Department, Code 240 3985 Cummings Road, Bldg. 116, 3rd Deck San Diego, CA 92136 (ATTN: Ralph A. Franchi/Phone 619-556-9776) ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0046/listing.html)
- Record
- SN04803709-W 20180201/180130230850-143046091f681efef998ff381dd89ee8 (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 |