Search Contract Opportunities

SSMG Slip Ring Repair and Industrial Clean onboard a James Madison Class Submarine NPTU   4

ID: N4215823QS037 • Type: Synopsis Solicitation

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, in conjunction with Part 13 Simplified Acquisition Procedures (SAP), 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.

The RFQ number is N4215823QS037. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 effective 03/16/2023 , and DFARS Change Notice 03/22/2023 effective 03/22/2023. 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 https://www.acquisition.gov/dfars. The NAICS Code is 336611 and the Small Business Standard is 1,250 employees. The Product Service Code is J019.

NNSY intends to award a Sole Source contract to Amee Bay, LLC. Amee Bay, LLC owns the proprietary equipment, proprietary drawings and is the only vendor able to provide material used and repair services for the DC Field Pole Replacement onboard SSN 688 Class Submarine. Any interested party that believes it is capable of meeting the requirement described herein may submit a proposal.

QUESTIONS: Offerors may submit their questions regarding clarification of solicitation requirements to Kenneth Dietz by email at Kenneth.a.dietz.civ@us.navy.mil no later than 10:00 AM EST on 15 MAY 2023. Any questions received after this deadline may not be answered.

Period of Performance (POP): 19 June 2023 to 23 July 2023

***Please see attached Combined Synopsis.Solicitation for Chart***

This announcement will close on 17 MAY 2023 at 10:00 AM Eastern Standard Time.

Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.

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

To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. Quote must include signed vendor certification (attachment 2 ). An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Responses to this solicitation are due by 10:00 am EST on 17 MAY 2023 . Email quotes to Kenneth Dietz at Kenneth.a.dietz.civ@us.navy.mil.

Quotes shall be valid for sixty (60) days (at minimum).

The following FAR provisions and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):

52.203-2 Certificate of Independent Price Determination APR 1985

52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017

52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-2 Security Requirements AUG 1996

52.204-7 System for Award Management OCT 2018

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

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

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020

52.212-1 Instructions to Offerors--Commercial Items JUN 2020

52.212-2 Evaluation Commercial Products and Commercial Services NOV 2021

52.212-3 Alt I Offeror Reps and Certs (Feb 2021)

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services OCT 2022

52.217-8 Option to Extend Services (November 1999)

52.219-28 Post-Award Small Business Program Rerepresentation NOV 2020

52.222-3 Convict Labor JUN 2003

52.222-21 Prohibition Of Segregated Facilities APR 2015

52.222-26 Equal Opportunity SEP 2016

52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020

52.222-41 Service Contract Labor Standards AUG 2018

52.222-42 Statement of Equivalent Rates... (May 2014)

52.222-50 Combating Trafficking in Persons OCT 2020

52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020

52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017

52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020)

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008

52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013

52.233-3 Protest After Award (August 1996)

52.237-1 Site Visit APR 1984

52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984

52.245-1 Government Property JAN 2017

52.245-9 Use And Charges APR 2012

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

252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

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

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation (Dec 2019)

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021

252.211-7007 Reporting of Government-Furnished Property AUG 2012

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014

252.225-7048 Export-Controlled Items JUN 2013

252.225-7972 (Dev 2020-O0017) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems Representation (Dev 2020-O0015) (May 2020)

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 (April 2020)

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013

252.237-7024 Notice of Continuation of Essential Contractor Services. OCT 2010

252.244-7000 Subcontracts for Commercial Items JAN 2021

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012

252.245-7002 Reporting Loss of Government Property JAN 2021

252.245-7003 Contractor Property Management System Administration APR 2012

252.245-7004 Reporting, Reutilization, and Disposal DEC 2017

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)

SECTION A: SCOPE

  1. Objective:

Perform an Industrial Clean of STBD SSMG and replace AC Slip Rings.

  1. Period of Performance:

The period of performance will be sometime between 6/19/2023 through 7/23/2023. Services shall occur during these dates as coordinated between the Government POC and the Vendor however, the actual schedule cannot affect or cause change to the cost or scope of this contract without prior approval of the Contracting Officer.

SECTION B: APPLICABLE DOCUMENTS

  1. Documentation: Drawings/References:
    1. NAVSEA Technical Manual (TM) S9310-AL-MMA-010 Operation, Installation and Maintenance Instructions for SSMG Set
    2. TM S9310-AC-HBK-010 Rev 5 Commutator/Slip Ring Maintenance Handbook
    3. NAVSEA TM S9086-KC-STM-010/CH300, Chapter 300 Electric Plant General
    4. OPNAVINST 4790.4F, Ship's Maintenance and Material System Policy
    5. Local Work Template 042-02-001 Norfolk Naval Shipyard (NNSY) Work Authorization Form (WAF) Requirements
    6. Submarine Maintenance Standard (SMS) 3140-081-046 Rev latest 500 KW SSMG set new design in-place clean, inspect, recondition.

SECTION C: REQUIREMENTS

  1. Scope of Work:

Replace the AC Slip Rings and Perform an Industrial Cleaning due to continued Low Resistance values.

  1. Contractor Responsibilities:
    1. Contractor will provide all Technical Work Documents (TWD) utilized in performance of this work to Norfolk Naval Shipyard (NNSY) Engineering Code 275 and Code 246 for review and approval at least five (5) days prior to start of work. Contractor will provide Work Authorization Forms in accordance with Reference (3.5) to NNSY Code 246 prior to start of work.
    2. Contractor personnel shall have the required security clearances to work areas of NPTU and onboard a US Navy Submarine.
      1. At a minimum, all personnel providing services related to this order shall be United States citizens and shall possess a Department of Defense final-adjudicated Personal Security Clearance at the secret level, in accordance with DD Form 254 for performance on this Task Order. Failure of ability of a worker or supervisor to obtain a NPTU badge (i.e. minimum final secret clearance) will be cause for NNSY to refuse acceptance of individual.
      2. Contractors shall have DBIDS credentials for access to NNSY. Contractors and any subcontractors shall submit contract DD-254 to NNSY Security Department Code 1120 for access requirement verification prior to arrival.
      3. Contractors/subcontractors shall submit Visit Requests via the Joint Personnel Adjudication System (JPAS) to SMO 39040 for visitor clearance verification. Visit requests submitted by other means will not be accepted without Facility Security Officer signed verification as to the level of security clearance granted to each employee on the visit request.
    3. Contractor shall attend project provided orientation/training brief that will discuss expected actions of all contractors in the event of a casualty or other emergency situation. Additionally, the Contractor will follow direction of NNSY Project Team and Ship's Force in the event of drills or actual emergencies. This orientation is required for each awarded Task order. Submit a report to the PEPM, listing all personnel who have attended the orientation. The Report shall be submitted prior to personnel coming to the work site. It is Contractor's responsibility to ensure all personnel that will be working at the job site attend this orientation/training.
    4. All Contractor work will be conducted in accordance with References (3.1) through (3.5).
    5. Contractor to provide all tools necessary to support contractor assigned work.
    6. All trade litter will be removed when contractor breaks for lunch and at the end of each shift. The contractor's assigned work areas are to remain in a clean and orderly condition. Contractor will remove all industrial material at completion of work operation. Industrial material and other contractor equipment will remain in the designated shipboard and pier side areas.
    7. All work will be conducted in accordance with local Environmental Safety and Health (ESH) requirements. All contractor personnel are required to attend an ESH brief prior to performing any work at Nuclear Power Training Unit (NPTU) side.
    8. Per FAR22.102-1(a) entitled Safety, Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements and Norfolk Naval Shipyard OSHE Program Manual, NAVSHIPDNORINST P5090.2 requirements or safety requirements for site specific location of the contract.
    9. Contractor shall accomplish the following specific tasks on the STBD SSMG in accordance with References (3.1) through (3.4):
      1. Before performing any shipboard work, Contractor must interface with C246, sign the Letter of Understanding, and follow the work authorization process outlined in Reference (3.5) Local Work Template 042-014, Norfolk Naval Shipyard (NNSY) Work Authorization Form (WAF).
      2. Prior to performing work obtain initial insulation resistance (IR) checks in accordance with References (3.1 and 3.3).
      3. Disassemble STBD SSMG AC End in accordance with Reference (3.1) as required to make repairs.
      4. Replace the AC end Slip Rings in accordance with Reference (3.1 and 3.2). See paragraph 7.4.
      5. Resurface, polish and/or stone AC end Slip Rings and perform total indicator runout (TIR) in accordance with Reference (3.1 and 3.2).
      6. Replace, sand and seat new AC brushes in accordance with References (3.1 and 3.2).
        1. . New brushes to be provided by Ship's Force.
      1. Stone /Polish Commutator in accordance with References (3.1 and 3.2).
      2. Undercut and bevel commutator if necessary in accordance with References (3.1 and 3.2).
      3. Complete SSMG set disassembly as required to gain access for complete inspection of all machine components in accordance with Reference (3.1).
      4. Accomplish in-place detergent/ water cleaning and drying of SSMG Set per Reference (3.6) step 1.f.

NOTE: Reference 3.6 is for 500kw SSMG, however the procedure for performing an in place washing and drying is not Class specific.

      1. Measure bearing seat dimensions.
      2. Replace AC and DC bearing from GFM supplied by Ship's Force. See paragraph 7.4.
      3. Replace AC and DC overspeed brushes from GFM supplied by Ship's Force. See paragraph 7.4.
      4. Replace Air Filters from GFM supplied by Ship's Force. See paragraph 7.4.
      5. Repair/ Replace stripped fasteners and repair threaded bolt holes as required. If required, supplied by Ship's Force. See paragraph 7.4.8.
      6. Bolted electrical connections disturbed during MG work are to be torqued IAW References (3.1), (3.2) and (3.3) as required.
      7. Replace defective/ disturbed Belleville washers. If required, supplied by Ship's Force. See paragraph 7.4.8 per References (3.1) and (3.2) as required.
      8. Replace defective access cover gaskets. If required, supplied by Ship's Force. See paragraph 7.4.8 per References (3.1) and (3.2) as required
      9. Reassemble SSMG set, install and seat new brushes, set neutral plane, accomplish close-out inspection and assist with operational test.
      10. Reassemble STBD SSMG in accordance with Reference (3.1) as required to make repairs.
      11. Upon completion obtain final electrical readings in accordance with Reference (3.1 and 3.3).
      12. Contractor shall provide Objective Quality Evidence (OQE) certifying document to NNSY C275 and C246 upon no longer than two (2) days after machine reassembly. OQE must be reviewed and approved by NNSY C275 and C246 prior to start of testing. Certifying document to include, at a minimum, work completed, components replaced, initial and final IR checks, final slip ring TIR measurements and final slip ring diameters.
  1. NNSY Responsibilities:
    1. Provide all required Submarine Orientation / Training to all personnel who will be conducting work onboard a submarine at NPTU.
      1. Deck plate spot checks for comprehension may be conducted by the government.
      2. The government may require Contractor personnel to carry proof of training in the form of a card, sticker on security badge, or other readily recognizable form.
      3. Additional training in Tagout and Work Controls will be provided by NNSY to appropriate contractor personnel prior to or upon arrival at NPTU.
      4. Security clearances and access for all contractor personnel will be managed by the Project Engineering & Planning Manager (PEPM).
      5. Code 246 shall coordinate electrical isolations as required to allow Contractor to disassemble, clean inspect, repair and reassemble the Ship's STBD SSMG.
      6. Remove interferences in way of the STBD SSMG, including structure, mechanical and electrical components.
      7. Perform all lifting and handling based on separate TWD.
      8. Provide all temporary services as required to support shipboard work. This includes 440-Volt, three phase power (4-30 Amp), potable water, a method of removing/ rinse water, 120 volt single phase power and LP Air (100 psi) at the work site.
      9. Assign a Contracting Officer's Representative (COR) to the work tasked within this SOW.
      10. Code 246 to accomplish applicable procedures of Reference (3.4) for STBD SSMG as OQE for work completion.
  2. Ship's Force Responsibilities:
    1. Provide work controls to allow contractor to perform work on STBD SSMG.
    2. Maintain Environmental Controls for SSMG work in accordance with SSMG MOA.
    3. Perform a walk through inspection of contract areas with the contractor prior to executing work.
    4. Provide parts to perform work on the STBD SSMG. Parts to include the following:
      1. Eight (8) each AC end brushes
      2. Two (2) each overspeed brushes
      3. One (1) each AC bearing
      4. One (1) each DC duplex bearing set
      5. Thirty two (32) each DC brushes
      6. Three (3) each filters
      7. Two (2) AC End Slip Rings
      8. Provide any additional material identified by Amee Bay
    5. Perform appropriate Testing upon completion of work.
  3. Security Requirements:

"Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements OSHE OSHECM Chapter Hazardous Energy Control (HEC) requirements or safety requirements for site specific location of the contract.

a. Contractors and Non-NNSY Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard (NNSY) cognizance must adhere to Federal OSHA requirements for hazardous energy control IAW 29 CFR 1915.89 and must follow Hazardous Energy Control (HEC) procedures as identified in NAVSEA's Occupational Safety, Health, and Environment Corporate Manual (OSHECM) Chapter 250 (latest revision), when performing work under NNSY contract. All HEC work to be performed by Contractors and NNGAs requires that NNSY Technical Points of Contact (TPOCs) and/or Contracting Officer's Representatives (CORs) be notified of the HEC scope of work prior to starting work. Any changes or deviations in the initial scope of HEC work requires the NNSY TPOCs and/or CORs be informed of the change/deviation. Appendix 250.B-1 through B-3 of OSHECM Chapter 250 for multiple employer work identifies when Contractors and NNGAs are required to assign their Lockout/Tags-Plus Coordinator (LOTC) to coordinate HEC work with the cognizant NNSY LOTC. HEC locks shall be provided by the contractor or NNGA for their employees use. The HEC locks shall have red bodies with name labels or name tags affixed, identifying who installed the HEC lock(s) and a point of contact telephone number. HEC lock name labels and tags must be made of materials that will hold up to the environment to which they are exposed. HEC tags used for Tags-Plus HEC work shall be provided by the cognizant NNSY LOTC to the contractor or NNGA for their use if machinery, equipment, or systems (MES) cannot be locked out. OSHECM Chapter 250 Tags-Plus procedures will be strictly followed.

b. Contractors and NNGAs may obtain electronic copies of OSHECM Chapter 250 (latest revision) and access the OSHA 1915.89 web site by using the following link to NNSY's public access web site: http://www.navsea.navy.mil/shipyards/norfolk/default.aspx

c. Names and contact information for NNSY LOTCs and/or the Building Monitor will be provided by NNSY TPOC and/or Contracting Officer Representative set forth elsewhere in this award document.

  1. Safety:

Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements and Norfolk Naval Shipyard OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements or safety requirements for site specific location of the contract.

Contractors and Non-NNSY Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard (NNSY) cognizance must adhere to Federal OSHA requirements for hazardous energy control IAW 29 CFR 1915.89 and must follow Hazardous Energy Control (HEC) procedures as identified in NAVSEA's Occupational Safety, Health, and Environment Corporate Manual (OSHECM) Chapter 250 (latest revision), when performing work under NNSY contract. All HEC work to be performed by Contractors and NNGAs requires that NNSY Technical Points of Contact (TPOCs) and/or Contracting Officer's Representatives (CORs) be notified of the HEC scope of work prior to starting work. Any changes or deviations in the initial scope of HEC work requires the NNSY TPOCs and/or CORs be informed of the change/deviation. Appendix 250.B-1 through B-3 of OSHECM Chapter 250 for multiple employer work identifies when Contractors and NNGAs are required to assign their Lockout/Tags-Plus Coordinator (LOTC) to coordinate HEC work with the cognizant NNSY LOTC. HEC locks shall be provided by the contractor or NNGA for their employees use. The HEC locks shall have red bodies with name labels or name tags affixed, identifying who installed the HEC lock(s) and a point of contact telephone number. HEC lock name labels and tags must be made of materials that will hold up to the environment to which they are exposed. HEC tags used for Tags-Plus HEC work shall be provided by the cognizant NNSY LOTC to the contractor or NNGA for their use if machinery, equipment, or systems (MES) cannot be locked out. OSHECM Chapter 250 Tags-Plus procedures will be strictly followed.

Contractors and NNGA's may obtain electronic copies of OSHECM Chapter 250 (latest revision) and access the OSHA 1915.89 web site by using the following link to NNSY's public access web site: http://www.navsea.navy.mil/shipyards/norfolk/default.aspx

Names and contact information for NNSY LOTCs and/or the Facility Custodian will be provided by NNSY TPOC and/or CORs set forth elsewhere in this award document.

  1. Place of Performance:

Contractor to perform repairs on the STBD SSMG on a Moored Training Ship (MTS) Submarine located at Nuclear Power Training Unit, Goose Creek, SC 29445.

  1. Defense Biometric Identification Systems (DBIDS) for Installation Access:

Any new contractor, vendor or supplier requesting base access AFTER 31 May 2017 will be required to obtain a DBIDS credential. NCACS credentials will no longer be issued. Only DBIDS credentials will be issued to ALL contractors, vendors and suppliers seeking base access AFTER 14 August 2017.

Defense Biometric Identification System (DBIDS) increases installation security and communications by receiving frequent database updates on changes to personnel/credential status, law enforcement warrants, lost/stolen cards, and force protection conditions. The system provides a continuous vetting anytime the DBIDS card is scanned at an installation entry point.

If you currently have a Navy Commercial Access Control System (NCACS) card, the following is required to get a DBIDS credential:

Present your NCACS Card and a completed copy of the SECNAV FORM 5512/1 to the base Visitor Control Center representative.

The VCC will pull up your information in the computer, ensuring all information is current and correct.

Once your information is validated, a temporary DBIDS credential is provided.

Your temporary credential will have an expiration date, prior to which you will need to obtain your permanent DBIDS credential (~ 90 days).

For each additional U.S. Navy installation to which you need access, the first time you visit you only need to bring your DBIDS credential and statement of purpose for base access when arriving at the Visitor Control Center.

The representative will enter base access authorization and then you may proceed to work.

If you do NOT have an NCACS Card, the following is required to obtain a DBIDS credential:

Present a letter or official document from my government sponsoring organization that provides the purpose for your access.

Present valid identification, such as a passport or Real ID Act-compliant state driver's license.

Present a completed copy of the SECNAV 5512/1 form to obtain your background check.

Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments; after all this is done, you will be provided with your new DBIDS credential.

You may now proceed to work.

FOR ADDITIONAL QUESTIONS ABOUT OBTAINING A DBIDS CARD, CONTACT YOUR LOCAL BASE VISITOR CONTROL CENTER. INFORMATION IS ALSO PROVIDED AT: www.cnic.navy.mil/om/dbids.ht

  1. Portable Electronic Devices:

"In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Submarine spaces are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches).

  1. Authorization of Additional Work:

Any additional work outside the scope of this contract/purchase order shall have written authorization from the Contracting Officer prior to executing any additional work. Any work performed without the written authorization of the Contracting Officer shall be considered At-Risk and the government will have no legal obligation to pay for the work performed. Pursuant 13.0004, once you have initiated performance of the work, this shall constitute your acceptance of the contract.

SECTION D: COMTACT INFORMATION

  1. Technical POC:

Name: TBD

Desk #: TBD

Cell #: TBD

  1. Invoice Certifier:

Name: TBD

Desk #: TBD

Cell #: TBD

  1. PEPM POC:

Name: TBD

Desk #: TBD

Cell #: TBD

  1. Code 246 POC:

Name: TBD

Desk #: TBD

Cell #: TBD

  1. NPTU Charleston OSH Division POC:

Name: TBD

Desk #: TBD

Cell #: TBD

SECTION D: CONTACT INFORMATION

TO BE PROVIDED AT TIME OF AWARD

ATTACHMENTS

(1) FAR 52.212-1 Addendum

(2) Contractor Technical Certification

(3) NNSY OPSEC Contract Requirements

Overview

Response Deadline
May 17, 2023, 10:00 a.m. EDT Past Due
Posted
May 10, 2023, 3:05 p.m. EDT (updated: June 5, 2023, 10:25 a.m. EDT)
Set Aside
None
Place of Performance
Goose Creek, SC 29445 USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Sole Source
Signs of Shaping
The solicitation is open for 6 days, below average for the Naval Sea Systems Command.
On 5/10/23 Naval Sea Systems Command issued Synopsis Solicitation N4215823QS037 for SSMG Slip Ring Repair and Industrial Clean onboard a James Madison Class Submarine NPTU due 5/17/23. The opportunity was issued full & open with NAICS 336611 and PSC J019.
Primary Contact
Name
Kenneth (Kenny) Dietz   Profile
Phone
(757) 396-3044

Documents

Posted documents for Synopsis Solicitation N4215823QS037

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N4215823QS037

Award Notifications

Agency published notification of awards for Synopsis Solicitation N4215823QS037

Contract Awards

Prime contracts awarded through Synopsis Solicitation N4215823QS037

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N4215823QS037

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N4215823QS037

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N4215823QS037

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
June 5, 2023
Last Updated By
kenneth.dietz@navy.mil
Archive Date
June 16, 2023