SOLICITATION NOTICE
J -- Overhaul of
- Notice Date
- 6/5/2018
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
- ZIP Code
- 23709-5000
- Solicitation Number
- N42158-18-R-0006
- Archive Date
- 8/5/2020
- Point of Contact
- Elizabeth A. Crocker, Phone: 7573961949, ALICIA THOMAS, Phone: 7574065576
- E-Mail Address
-
elizabeth.a.crocker@navy.mil, ALICIA.N.THOMAS@NAVY.MIL
(elizabeth.a.crocker@navy.mil, ALICIA.N.THOMAS@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- Norfolk Naval Shipyard (NNSY) intends to award to Howell Laboratories, Inc. on a sole source basis for OEM Repair of Class A/“Like New” overhaul of four (4) each Mixed Oxidant Electrolytic Disinfectant Generators (MEDGs) (Model # 7060 MARK II) removed from CVN-69 during the FY17 PIA. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source, Howell Laboratories, Inc., under the authority of FAR 13.501(a)(1)(ii) and 6.302-1. The RFQ number is N4215818R0006. The attached solicitation documents and incorporate provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20170413. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336611 and the Small Business Standard is 1,250 employees. This is a sole source requirement to small business Howell Laboratories, Inc. (CAGE 22501). The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Solicitation N42158-18-R-0006 and subsequent amendments will be posted to this website (fbo.gov). No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offerors must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. Please direct all questions regarding this requirement to Beth Ann Crocker, Contract Specialist at elizabeth.a.crocker@navy.mil and Alicia Thomas, Lead Contract Specialist at alicia.n.thomas@navy.mil. Item 0001 - : (QTY - 4 EA) OVERHAUL OF 4 EA MEDGs: Performance of Class A/”Like New” overhaul of four (4) each Mixed Oxidant Electrolytic Disinfectant Generators (MEDGs) (Model # 7060 MARK II) for the CVN-69 during the FY17 PIA. The MEDGs disinfect and purify brackish sea water into potable and consumable water for ship’s personnel usage. The overhaul of the MEDG units is expected to be conducted at the contractor’s site. Period of Performance 8 June 2018 through 31 August 2018 Statement of Work STATEMENT OF WORK 1. Request tasking of Howell Labs to perform a Class A/”Like New” overhaul of 4 EA MEDG units removed from CVN-69, and currently in Howell Laboratories, Inc.’s possession. Units will be returned to NNSY upon completion of overhaul. 2. Justification: Howell Labs is the OEM of the MEDG units, and has the necessary expertise and adequate resources to perform this work. 3. Tasking is to be performed at Howell Laboratories, Inc. (Bridgton, Maine 04009). 4. All planning, procurement, fabrication, execution and testing of the requested work shall be performed in accordance with the most recent version of specifications, standard items and or technical manuals accepted by the contractor for use on In-Service CVNs. The specs shall be annotated on each applicable technical document (i.e. IRs.). 5. The MEDGs disinfect and purify brackish sea water into potable and consumable water for ship’s personnel usage. The overhaul of the MEDG units is expected to be conducted at the contractor’s site. 6. Requested period of performance is 8 June 2018 – 31 August 2018 NNSY C267 POC: Jonathan Ricci PH: (757) 396-5592 CVN-69 PEPM: Jason Rossman PH: (757) 967-2505 This announcement will close at 12:00PM EST on June 5, 2018. Contact Beth Ann Crocker who can be reached at (757) 396-1949 or email elizabeth.a.crocker@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. All quotes shall include price(s), FOB point, point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Quotes shall be submitted via email to elizabeth.a.crocker@navy.mil. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca6111193acb082bb49e37bdc04b210c)
- Place of Performance
- Address: Howell Laboratories, Inc, 188 Harrison Rd., Bridgton, ME 04009, Bridgton, Maine, 040009, United States
- Zip Code: 40009
- Zip Code: 40009
- Record
- SN04944392-W 20180607/180605231228-ca6111193acb082bb49e37bdc04b210c (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 |