Search Contract Opportunities

Travel motor overhaul IDIQ   22

Type: Synopsis Solicitation • ID: N4523A23Q5700
HigherGov Subscribers Knew about This Opportunity Months Ago

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: Nov. 23, 2022, 2:15 p.m. EST

N4523A23Q5700-002 is revised to update request for quote instructions. It also adds Questions and Answers. See Attachments tor revisons of N4523A23Q5700-002.

N4523A23Q5700-001 is to revise the PWS dated 21 November 2022. See revised PWS in attachments.

Changes to the PWS are highlighted in red. Revised Sections are: 1, 1.11, 5.2.1, 5.2.2, and 5.2.3.

The closing date remains the same: 09 December 2022 at 14:00

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and Federal Acquisitions Regulation (FAR) part 12 and 13, as supplemented with additional information included in this notice. Please see attached Combined Synopsis Solicitation for more detail.

Posted: Nov. 22, 2022, 9:47 a.m. EST
Posted: Nov. 10, 2022, 5:10 p.m. EST
Posted: Nov. 9, 2022, 2:37 p.m. EST

REQUEST FOR QUOTE (RFQ): Firm Fixed Price Purchase Order
N4523A23Q5700
Inspect/Repair/Overhaul Travel Motors IDIQ

DEADLINE FOR QUOTE SUBMISSION IS: 2:00PM Pacific Time (PT) Monday, 9 December 2022

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and Federal Acquisitions Regulation (FAR) part 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
The North American Industry Classification System (NAICS) code for this work is 811310, with a Business Size Standard of $11,000,000.00. This NAICS is for Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Product Service Code Class is J028.

Any purchase order resulting from this RFQ will be made based on the evaluation criteria outlined below in FAR Provision 52.212-2 (Evaluation--Commercial Items (NOV 2021)).

Ordering Period: Date of Award Plus 4 Years.

Place of Performance: Vendors place of performance.

Please submit quote to: Mike Myers, Code 433 contracting office, Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) via email at michael.d.myers38.civ@us.navy.mil and Chris Davidson at christopher.t.davidson7.civ@us.navy.mil All questions can be sent to the above emails.

Offerors shall complete the line item pricing structure below in addition to any provided quote material in company format. Contractor shall provide unit cost for each CLIN based upon quantity. For quoting the costs of CLINS 0002, 0004, 0006, and 0008, the contractor shall provide the unit rebuild cost IAW PWS Section 5.2.2 and 5.2.3. The contract price includes all applicable Federal, state, and local taxes and duties.
Special attention shall be paid to Provision FAR 52.212-2 by the Contractor; In order to be Considered Technically Acceptable for award the offeror must meet all criteria submittals.
Government Property Management Plan: IAW FAR subparts 45.201 and 45,202, the Offeror shall submit their plan to manage Government property in their possession that complies with FAR clause 52,245-1. The Contracting Officer may determine Offeror is ineligible for award if the Offeror fails to provide its plan to Manage Government property. The Offeror's submittal should demonstrate their internal controls (control, use, preserve, protect, repair, and maintain) to protect Government property in its possession. The submittal should be adequate to satisfy the requirements of FAR 52.245-1(f).
The Offeror should submit its Property Management System in place for the Government's review to ensure it complies with FAR clause 52.245-1(f). Alternatively, the Offeror may provide a confirmation letter, received within three years of this solicitation, for an approved Property Management System from Defense Contract Management Agency and/or any other federal Government agency. If the Offeror does not have a Property Management System in place, Government will accept an Offeror's plan that shows intent to comply with FAR clause 52.245-1(f). The plan should include a timeline for implementing a formal Property Management System that will be used to manage Government Property in its possession.
The Government reserves the right to award to the Offeror who meets the criteria of Provision 52.212-2 Evaluation. Failure to provide a Property Management Plan may result in disqualifying the Offeror from further consideration.
If the Government determines there are inadequate property management controls in place that do not meet the mandatory ten (10) elements of FAR clause 52.245-1(f), the awardee of the contract will be notified by the Contracting Officer that they will have 45 days to submit a corrective action plan. The corrective action plan must include a timeline for implementation
This solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular (FAC) 2022-08.

Permits and Licenses: Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this requirement.

Overview

Response Deadline
Dec. 9, 2022, 5:00 p.m. EST Past Due
Posted
Nov. 9, 2022, 2:37 p.m. EST (updated: Nov. 23, 2022, 2:15 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Signs of Shaping
87% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/9/22 Naval Sea Systems Command issued Synopsis Solicitation N4523A23Q5700 for Travel motor overhaul IDIQ due 12/9/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J028.
Primary Contact
Name
Mike Myers   Profile
Phone
None

Secondary Contact

Name
Chris Davidson   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N4523A23Q5700

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N4523A23Q5700

Award Notifications

Agency published notification of awards for Synopsis Solicitation N4523A23Q5700

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N4523A23Q5700

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N4523A23Q5700

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PUGET SOUND NAVAL SHIPYARD IMF
FPDS Organization Code
1700-N4523A
Source Organization Code
500022455
Last Updated
Dec. 24, 2022
Last Updated By
christopher.t.davids@navy.mil
Archive Date
Dec. 24, 2022