Search Contract Opportunities

TECHNICAL REPRESENTATIVE SERVICES for #1-3 Shaft Stern Seal Tubes   22

ID: N4215823Q0007 • Type: Synopsis Solicitation

Description

Posted: Feb. 1, 2023, 12:01 p.m. EST

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, Acquisition of Commercial Items, 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on The Official U.S. Government System for Contract Opportunities at SAM.gov.

The Request for Quotations number is N4215823Q0007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change 30 December 2022. 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/browse/index/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

The NAICS Code is 336611(Maintenance, Repair and Rebuilding of Equipment: Ships, Small Craft, Pontoons and Floating Docks) and the size standard is 1250. This acquisition is being competed on a full and open basis.

NNSY requires vendors capable of providing all required services, labor, material and equipment necessary to successfully provide a Technical Service Representative is needed to assist Norfolk Naval Shipyard (NNSY) in providing technical assistance on the deck plates during the inspection; repair; reassembly; final alignment; and machining of seat, if required, for the face change-out of #1 main propulsion and vulcanizing of boot for the complete overhaul of #2 and #3 main propulsion shaft seals and assembly onboard USS TRUMAN (CVN 75) in accordance with the Statement of Work found herein.

RFQ closes and responses to this RFQ are due on or before Thursday, Feb 2, 2023 at 12:00 AM EDT.

SEND Quotes and Questions directly to EMAIL Addresses at jonathan.g.castro.civ@us.navy.mil and jewel.t.anderson.civ@us.navy.mil .

By response to this Request for Quotes, the contractor agrees to service and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified.

If there are any questions, please contact Mr. Jonathan Castro or Mrs. Jewel Anderson who can be reached at email jonathan.g.castro.civ@us.navy.mil and jewel.t.anderson.civ@us.navy.mil.

INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS

This requirement will be prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. Accordingly, a Simplified Streamlined acquisition process will be used in the evaluation and award of the contract.

Period of Performance as follows: 15 February 2023 (or date of award) 24 July 2023

Quotations will consist of the following documents submitted together in Adobe Acrobat .pdf format:

Unit prices for each line item in accordance with the Contract Line Item Number (CLIN).

Additionally, each Offeror must provide the following information with the quote:

1. The Request for Quotes (RFQ) number;

2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror;

3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Proposals that reject the terms and conditions of the RFQ may be excluded from consideration;

4. Acknowledgment of Solicitation Amendments (SF-30), if any;

5. Completed FAR 52.212-3 Representations and Certifications unless otherwise completed in SAM;

6. Completed FAR, DFARS, and NAVSEA Provision and/or Clauses as required throughout RFQ;

7. Confirmation of the ability to meet the period of performance as contained herein;

8. Verification of authorized Technical Representative for Wartsila- type ship surface propulsion shaft seals in accordance with NAVSEA Standard Item (NSI) 009-90.

9. Occupation Code and title for personnel performing work (FAR 52.222-42). Applicable Wage Determination provided as an attachment to this request for quote.

Quoters must be registered in the SAM.gov database to be considered for award. All quotes shall include price(s), FOB point, a point of contact, name and phone number, email, business size, and payment terms. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.

Award may or may not be made without any type of discussions or negotiations. This is based on the Contracting Officer's determination after an evaluation has been completed on all quotations.

Submission of Quotations

Quotation Due Date: Quotations must be received on or before the time and date set for receipt of proposals. Facsimile transmission of quotations is NOT permitted and will not be considered.

Late Submissions: Quotations received after the designated date and time, i.e. late, may not be considered. Extension of the quotation due date shall be at the sole discretion of the Contracting Officer.

Format Requirements: Quotations shall be submitted in PDF (Adobe) format with Pricing submitted via Microsoft Excel.

Submission Format: Quotations shall be submitted electronically via email to jonathan.g.castro.civ@us.navy.mil AND jewel.t.anderson.civ@us.navy.mil.

Expenses related to Offeror Submissions

The Government will not reimburse an Offeror for any costs incurred in submission of a quotation including any related travel. Nor will it reimburse for any necessary studies or designs, demonstration, or for services/supplies procured for the preparation of such quotations.

Quotations

1. Technical Factors

The Government will evaluate the technical capabilities and proficiency of the Offeror to perform the tasks described in the Statement of Work found herein. Evaluation of these factors will focus on an Offeror's thorough comprehension of the technical requirements for this project as detailed within this RFQ, as well as the soundness and adequacy of the proposed methods, procedures, plans, and approaches to performance of the required services. The Offeror will be evaluated on its ability, understanding, and knowledge with respect to:

  1. Does the scope of the proposed services match NNSY requirements?
  2. Does the Offeror guarantee that they can provide oversight on the deck plates to NNSY for rebuilding of the shaft seals to include inspection, repair, reassembly, and final alignment?
  3. Does the Vendor adapt its services to the specific circumstances and preferences of NNSY?
  4. Does the vendor provide verification if its status as an authorized Technical Representative for Wartsila-type ship surface propulsion shaft seals in accordance with NAVSEA Standard Item (NSI) 009-90.
  5. Can the vendor provide adequate support to include up to one (1) Lead Field Service Representative present for one (1) 12 hour shift Monday through Friday, and the possibility of Saturday and Sunday, to complete the overhaul in accordance with Original Equipment Manufacturer (OEM) requirements and NAVSEA specifications of the Shaft Seal, Type MX-9, and US-71435?
  6. Delivery

Each offeror shall provide confirmation of its ability to supply required materials and services to support the estimated period of performance.

  1. Price

Each Offeror shall provide pricing for all services and parts identified for completion for the period of performance and shall be all inclusive to meet the requirements of this contract.

Contractor must provide all material in accordance with the Statement of Work.

The vendor's proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. All quotes submitted in response to this RFQ shall stand firm for 30 calendar days from the response date of this solicitation .

EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

(a) The Government will award a contract resulting from this Request for Quotation (RFQ) to the responsible Offeror whose quotation conforms to the RFQ and will be the most advantageous and presents the best value to the Government, price and non-price factors considered. The Government reserves the right to award to other than the lowest priced quotation.

The following factors shall be used to evaluate quotations:

1. Technical Capability

2. Delivery

3. Price

Technical Capability and Delivery are significantly more important than Price.

Contractors who fail to possess acceptable technical capability will not be considered for award and the other elements of their quotation will not be evaluated. Offerors will be evaluated on their capability to perform all tasks outlined in this RFQ. Quotations that exceed the stated requirements may be rated higher than those quotations that meet the stated requirements.

When conducting the evaluation, the Government may use data provided by the Offerors in the quotation, as well as data obtained from other sources. The burden of providing a thorough quotation rests with the Offeror.

(b) 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 quotation's specified expiration time, the Government may accept a quotation (or part of a quotation), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The Government hereby notifies Offerors that taking exception to any term or condition of this RFQ (including submitting any alternate proposal that requires relaxation of a requirement) could make a quotation unacceptable. Unless this solicitation expressly authorized an exception with regard to that specific term or condition, the Government will consider any exception to any term or condition of this solicitation that is not expressly authorized by this solicitation to be a deficiency, as defined in FAR 15.001, which may or may not be subject to correction.

The Government reserves the right without qualification, to accept or reject any or all proposals, to negotiate with any and all proposers regardless of the terms of the original proposal, and to request additional clarifying information either through written or through conference with the proposers. Proposals should be submitted initially on the most favorable terms from a price and technical standpoint. All proposers are notified that discussions will likely be held with Contractors to be found within the competitive range which will be determined upon evaluations of proposals.

Contractor shall meet with NNSY to provide services to include a Technical Service Representative to assist Norfolk Naval Shipyard (NNSY) in providing technical oversight on the deck plates during the inspection, repair, reassembly, final alignment, machining of seat if required and vulcanizing of boot for the complete overhaul of #2 main propulsion shaft seals assembly onboard CVN 75 after all work is completed. Provide inflatable boot bonder tooling for the vulcanization, 26" Long x 12" Wide x 9" Deep, total of 24 pounds (NNSY rigging assistance not required to transport).

Support shall include up to one (1) Lead Field Service Representative present for one (1) 12 hour shift Monday through Friday, and the possibility of Saturday and Sunday, to complete the overhaul in accordance with OEM (Original Equipment Manufacturer) requirements and NAVSEA specifications of the Shaft Seal, Type MX-9, US-71435.

52.203-3

Gratuities

APR 1984

52.203-12

Limitation On Payments To Influence Certain Federal Transactions

JUN 2020

52.204-7

System for Award Management

OCT 2018

52.204-9

Personal Identity Verification of Contractor Personnel

JAN 2011

52.204-13

System for Award Management Maintenance

OCT 2018

52.204-16

Commercial and Government Entity Code Reporting

AUG 2020

52.204-18

Commercial and Government Entity Code Maintenance

AUG 2020

52.204-22

Alternative Line Item Proposal

JAN 2017

52.212-1

Instructions to Offerors--Commercial Products and Commercial Services

NOV 2021

52.212-4

Contract Terms and Conditions--Commercial Products and Commercial Services

DEC 2022

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

NOV 2021

52.237-1

Site Visit

APR 1984

52.237-2

Protection Of Government Buildings, Equipment, And Vegetation

APR 1984

252.201-7000

Contracting Officer's Representative

DEC 1991

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

SEP 2011

252.203-7002

Requirement to Inform Employees of Whistleblower Rights

SEP 2013

252.204-7003

Control Of Government Personnel Work Product

APR 1992

252.204-7004

Antiterrorism Awareness Training for Contractors.

FEB 2019

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

DEC 2019

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

JAN 2021

252.204-7020

NIST SP 800-171 DoD Assessment Requirements

MAR 2022

252.209-7004

Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

MAY 2019

252.215-7007

Notice of Intent to Resolicit

JUN 2012

252.223-7006

Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials

SEP 2014

252.223-7008

Prohibition of Hexavalent Chromium

JUN 2013

252.225-7048

Export-Controlled Items

JUN 2013

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

DEC 2018

252.232-7010

Levies on Contract Payments

DEC 2006

252.232-7017

Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

APR 2020

252.243-7002

Requests for Equitable Adjustment

DEC 2012

252.244-7000

Subcontracts for Commercial Items

JAN 2021

252.246-7003

Notification of Potential Safety Issues

JUN 2013

252.246-7004

Safety of Facilities, Infrastructure, and Equipment for Military Operations

OCT 2010

252.247-7023

Transportation of Supplies by Sea

FEB 2019

Posted: Jan. 31, 2023, 3:31 p.m. EST
Posted: Jan. 26, 2023, 10:33 a.m. EST

Overview

Response Deadline
Feb. 2, 2023, 12:00 p.m. EST (original: Jan. 30, 2023, 10:00 a.m. EST) Past Due
Posted
Jan. 26, 2023, 10:33 a.m. EST (updated: Feb. 1, 2023, 12:01 p.m. EST)
Set Aside
None
Place of Performance
Portsmouth, VA 23709 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 7 days, below average for the Naval Sea Systems Command.
On 1/26/23 Naval Sea Systems Command issued Synopsis Solicitation N4215823Q0007 for TECHNICAL REPRESENTATIVE SERVICES for #1-3 Shaft Stern Seal Tubes due 2/2/23. The opportunity was issued full & open with NAICS 336611 and PSC J019.
Primary Contact
Name
Jonathan Castro   Profile
Phone
(757) 396-2155

Secondary Contact

Name
Jewel Anderson   Profile
Phone
(757) 396-8331

Documents

Posted documents for Synopsis Solicitation N4215823Q0007

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N4215823Q0007

Award Notifications

Agency published notification of awards for Synopsis Solicitation N4215823Q0007

Contract Awards

Prime contracts awarded through Synopsis Solicitation N4215823Q0007

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N4215823Q0007

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N4215823Q0007

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N4215823Q0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > NORFOLK NAVAL SHIPYARD GF
FPDS Organization Code
1700-N42158
Source Organization Code
500021471
Last Updated
Feb. 17, 2023
Last Updated By
jonathan.g.castro1@navy.mil
Archive Date
Feb. 17, 2023