Search Contract Opportunities

Punch-Restack 500KW SSMG rotor armature lamination set

ID: N3904022Q0088 • Type: Synopsis Solicitation

Description

Posted: Jan. 21, 2022, 9:44 a.m. EST

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 FBO/BetaSAM. The Request for Quotation (RFQ) number is N3904022Q0088. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-03 and DFARS Change Notice 2021-1230. 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.os d.mil/dpap/dars/change_notices.html.

The NAICS code is 335312. The small business size standard for NAICS Code 335312 is 1250 Employees. This procurement is being solicited as a Small Business set aside and seeks vendors capable of providing the following at the Portsmouth Naval Shipyard. This is a Small Business Set Aside solicitation.

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:

Line Item 0001: CLIN 0001: New Design 500KW SSMG rotor armature lamination set (In accordance with SOW).

Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.

Period of Performance: The required returned delivery date of the restacked New Design rotor, pending material availability, is 2 months after arrival at the vendor's shop.

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:

52.203-12, Limitation on Payments to Influence Certain Federal Transactions

52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Rights

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7 System for Award Management

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance

52.204-16 Commercial and Government Entity Code Reporting

52.204-17 Ownership or Control of Offeror

52.204-18 Commercial and Government Entity Code Maintenance

52.204-19 Incorporation by Reference of Representations and Certifications.

52.204-20 Predecessor of Offeror

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

52.204-22 Alternative Line Item Proposal

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation

52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended...

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use

52.211-15 Defense Priority And Allocation Requirements

52.212-1 Instructions to Offerors--Commercial Items

52.212-3 Offeror Representations and Certifications--Commercial Items

52.212-4 Contract Terms and Conditions--Commercial Items

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders

52.213-3, Notice to Supplier

52.216-1 Type of Contract: Firm Fixed Price

52.219-1 Alt I Small Business Program Representations

52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)

52.219-14, Limitations on Subcontracting

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor -- Cooperation with Authorities and Remedies

52.222-21 Prohibition Of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35, Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-41 Service Contract Labor Standards

52.222-42 Statement Of Equivalent Rates For Federal Hires

52.222-50 Combating Trafficking in Persons

52.222-55 Minimum Wages Under Executive Order 13658

52.223-5 Pollution Prevention and Right-to-Know Information

52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.

52.225-13 Restrictions on Certain Foreign Purchases

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions

52.232-33 Payment by Electronic Funds Transfer--System for Award Management

52.232-36 Payment by Third Party

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.243-1 Changes -- Fixed-Price

52.242-15 Stop-Work Order

52.247-34 F.O.B. Destination

52.252-2 Clauses Incorporated By Reference

52.252-6 Authorized Deviations in Clauses

C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)

C-211-H001 ACCESS TO THE VESSEL(S) (NAVSEA) (OCT 2018)

C-222-H001 ACCESS TO THE VESSELS BY NON-U.S. CITIZENS (NAVSEA) (APR 2019)

C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018)

C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)

C-222-H002 DEPARTMENT OF LABOR SAFETY AND HEALTH STANDARDS FOR SHIPBUILDING

C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)

C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)

C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)

C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018)

C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)

C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)

D-247-H002 PACKAGING OF SUPPLIES BASIC (NAVSEA) (OCT 2018)

E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)

G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT

G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE

G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7003 Control Of Government Personnel Work Product

252.204-7006 Billing Instructions

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7000 Buy American Balance of Payments Program Certificate

252.225 7001 Buy American and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors).

252.225-7031 Secondary Arab Boycott of Israel.

252.225-7036 Buy American Free Trade Agreements Balance of Payments Program. Qualifying country

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

252.232-7010 Levies on Contract Payments

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

252.243-7001 Pricing of Contract Modifications.

252.244-7000 Subcontracts for Commercial Items

252.247-7023 Transportation of Supplies by Sea

**End of Clause Section**

This announcement will close at 01:00 PM ET local time on 13 January 2022. Contact Steven Carlberg who can be reached by email steven.carlberg@navy.mil.

METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.

System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms.

At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

52.212-2, Evaluation - Commercial Items is applicable to this procurement.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:

Technical Acceptability (Must meet specifications and document capabilities)

Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)

Price (Lowest Price Technically Acceptable, after adherence to other factors)

Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

Technical:

Please provide documentation demonstrating your capabilities in fulfilling the SOW.

Technical Evaluation Ratings

Rating

Description

Acceptable

Submission clearly meets the minimum requirements of the solicitation

Unacceptable

Submission does not clearly meet the minimum requirements of the solicitation

If the technical submittal is determined Unacceptable , it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as Unacceptable and will no longer be considered for further competition or award.

Schedule:

Please provide your best and fastest schedule. Award may be made to the vendor who can accomplish the maintenance in the shortest amount of time. Please confirm availability for both possible start dates and earliest available start if your company is unavailable for the requested period.

Price:

The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.

Past Performance:

PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as Acceptable .

******* End of Combined Synopsis/Solicitation ********

Posted: Jan. 10, 2022, 12:10 p.m. EST
Posted: Jan. 5, 2022, 11:22 a.m. EST

Overview

Response Deadline
Jan. 13, 2022, 1:00 p.m. EST Past Due
Posted
Jan. 5, 2022, 11:22 a.m. EST (updated: Jan. 21, 2022, 9:44 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Kittery, ME 03904 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 8 days, below average for the Naval Sea Systems Command. 75% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 1/5/22 Naval Sea Systems Command issued Synopsis Solicitation N3904022Q0088 for Punch-Restack 500KW SSMG rotor armature lamination set due 1/13/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 335312 (SBA Size Standard 1250 Employees) and PSC 6115.
Primary Contact
Name
Steven Carlberg   Profile
Phone
(207) 438-2422

Documents

Posted documents for Synopsis Solicitation N3904022Q0088

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N3904022Q0088

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N3904022Q0088

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PORTSMOUTH NAVAL SHIPYARD GF
FPDS Organization Code
1700-N39040
Source Organization Code
500022126
Last Updated
Jan. 13, 2023
Last Updated By
steven.carlberg@navy.mil
Archive Date
Jan. 13, 2023