High Pressure Air Manifold Inspection, Cleaning, Rebuild and Repair

expired opportunity(Expired)
From: Federal Government(Federal)
N4523A17R0051

Basic Details

started - 26 Oct, 2017 (about 6 years ago)

Start Date

26 Oct, 2017 (about 6 years ago)
due - 01 Nov, 2017 (about 6 years ago)

Due Date

01 Nov, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
N4523A17R0051

Identifier

N4523A17R0051
Department of the Navy

Customer / Agency

Department of the Navy

Attachments (18)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Sep 22, 2017 1:57 pm
Modified:
Oct 26, 2017 2:27 pm
Track Changes
This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement consititutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation N4523A17R0051 is issued as a request for proposal (RFP) under FULL AND OPEN competition. See Sections L&M (attached) for submission instructions and evaluation factors.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
The North American Industry Classification System (NAICS) code for this work is 336611 for Ship Repair in a Shipyard. The Product Service Code is J999
CLINS
0001 INSPECT, CLEAN, REFURBISH AND REBUILD HIGH PRESSURE AIR MANIFOLDS ON A SUBMARINE
IN GUAM
FIRM FIXED PRICE
QUANTITY: 1
UNIT OF ISSUE: EA
FOB: Destination
0002 DATA Not Separately Priced (NSP)
FOB: Destination

The provision at 52.212-1, Instructions to Offerors -- Commercial Items, JAN 2017, applies to this acquisition.
The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, JAN 2017 should be completed and provided with offer.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, JAN 2017 applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, JAN 2017 applies to this acquisition and its full text form is avaliable in the attachments section of this solicitation.
Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows:
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014
52.204-7 System for Ward Management OCT 2016
52.204-13 System for Award Management Maintenance OCT 2016
52-204-16 Commercial and Government Entity Code Reporting JUL 2017
52.204-18 Commericial and Government Entity Code Maintenance JUL 2016
52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014
52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016
52.204-22 Alternative Line Item Proposal JAN 2017
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations NOV 2015
52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law FEB 2016
52.222-50 Combating Trafficking in Persons Alternate I MAR 2015
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-6 Drug-Free Workplace MAY 2001
52.232-23 Assignment Of Claims MAY 2014
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-1 Disputes MAY 2014
52.233-2 Protest After Award AUG 1996
52.245-1 Government Property JAN 2017
52.245-9 USE AND CHARGES (APR 2012)
52.246-2 Inspection Of Supplies--Fixed Price AUG 1996
52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998
52.252-2 Clauses incorporated by reference FEB 1998
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
252.204-0001 Line-Item Specific: Single Funding SEP 2009
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7005 Oral Attestation of Security Responsibilities NOV 2001
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015
252.211-7007 Reporting of Government-Furnished Property AUG 2012
252.223-7001 Hazard Warning Labels DEC 1991
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016
252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016
252.225-7012 Preference For Certain Domestic Commodities DEC 2016
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012
252.245-7002 Reporting Loss of Government Property APR 2012
252.245-7003 Contractor Property Management System Administration APR 2012
252.245-7004 Reporting, Reutilization, and Disposal SEP 2016
252.246-7003 Notification of Potential Safety Issues JUN 2013
252.247-7023 Transportation of Supplies by Sea APR 2014
CLAUSES INCORPORATED BY FULL TEXT
52.204-2 SECURITY REQUIREMENTS (AUG 1996)
(a) This clause applies to the extent that this contract involves access to information classified "Confidential," "Secret," or "Top Secret." (b) The Contractor shall comply with (1) the Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); and (2) any revisions to that manual, notice of which has been furnished to the Contractor.
(c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract.
(d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information.
(End of clause)
HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)
(a) As part of the negotiated fixed price or total estimated amount of this contact, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law.
(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.
(End of clause)
Additionally, each offeror must provide the following information with the proposal:
1. The Request for Proposal (RFP) 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 RFP. Propsals that reject the terms and conditions of the RFP may be excluded from consideration;
4. Acknowledgment of Solicitation Amendments, if any, and;
5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.
6. Address technical capability in meeting the requirement per the Statement of Work.
All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via electronic means (e-mail) by 12:00 P.M. Pacific Daylight Time on November 01, 2017; any award resulting from this RFP will be made based on the lowest price technically acceptable. Proposals must be submitted electronically via e-mail to:
david.mirano@navy.mil and
carolyn.seim@navy.mil

Naval Base, Guam GuamLocation

Place Of Performance : Naval Base, Guam Guam

Country : Guam

Classification

336 -- Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing