Weapons Equipment Refurbishment- BPA

expired opportunity(Expired)
From: Federal Government(Federal)
N6278922Q0001

Basic Details

started - 15 Nov, 2021 (about 2 years ago)

Start Date

15 Nov, 2021 (about 2 years ago)
due - 03 Dec, 2021 (about 2 years ago)

Due Date

03 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
N6278922Q0001

Identifier

N6278922Q0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE NAVY (156827)NAVSEA (28091)NAVSEA SUPSHIP (372)SUP OF SHIPBUILDING GROTON (140)

Attachments (2)

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.

Edited on 11/15/2021 to add vendor question:Question: Is an incumbent contract or contractor associated to the requirement. If any, please provide the contractor's name and contract number. Answer: There is no contractor that will be performing any part of this work prior to the vendor or during the time that the vendor is refurbishing the equipment.Edited  on 11/10/2021:A solicitation amendment has been issued to correct the numbering within the SPECS, update the SPECS to Rev. A, and add wording to section M to clarify this procurement will be a Multiple Award BPA. Vendor Q&A:Question: Request clarification regarding the award criteria.  Sam.gov identifies the BPA as a MAC; however, Section M Page 54 identifies a single award based off lowest price and technical acceptability. Can the Government confirm this is a MAC and provide acceptance criteria?Answer: Section M has been updated to reflect that this will be a mulitple award BPA based off of the evaluation criteria listed in
Section M (Best Value).Question: Typical depot-level repairs for the lashing straps, dolly assemblies, and shipping harnesses includes the SSN 688 Class Weapons Delivery System Equipment Manual, Technical Manual SG420-BU-MMA-010.  This reference is not included in the SOW, Section C of the solicitation. Can the Government verify applicability of SG420-BU-MMA-010 to this BPA?Answer: Technical Manual SG420-BU-MMA-010 is for shipboard repairs and not for refurbishment, thus it is not listed and not required in the specification.Question: Typical depot-level repairs for the Dolly Assemblies includes Cadmium plating of the Dolly body, clevis, levers, and locks. Cadmium plating of these items is not included in the SOW, Section C of the solicitation. Can the Government verify if Cadmium plating of the Dolly Assemblies is applicable to the repairs included in this BPA?Answer: Cadmium plating is required as part of refurbishment per Dolly Assembly Specification Reference 2.3.  Reference 2.3 (Dwg 709-4403696) requires utilization of Dwg 709-4403697 which requires cadmium plating.Question: Request clarification for Shipping Harness Certificate of Compliance requirements.Per the SOW, Certificates of Compliance are only required for the Shipping Harnesses. Does the Government expect Certificates of Compliance for all repairs performed under the BPA?Para 3.11 on Page 8 of the solicitation requires a Certificate of Compliance IAW Reference 2.4.  There is no reference 2.4 for the Shipping Harnesses.  Can the Government clarify what reference the Certificates of Compliances must be IAW with?Answer: -Yes, the Government requires Certificates of Compliance for all repairs as required by COMUSFLTFORCOMINST 4790.3.  The specifications will be updated to reflect this requirement.  Thank you for pointing this out.    -There was an administrative formatting error in the solicitation.  Reference 2.4 (listed as reference 8.4 in the solicitation) should have read COMSUBLANT/COMSUBPACINST 8500.4, Conventional Weapons Manual.  Additionally, the correct reference for the Certificate of Compliance is COMUSFLTFORCOMINST 4790.3 vice COMSUBLANT/COMSUBPACINST 8500.4.  The Government will correct these errors.  Thank you for pointing this out. Solicitation Description:  This is a solicitation for items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; further written solicitation will not be issued. Solicitation Number N6278922Q0001 is issued as a Request for Quotes (RFQ). The solicitation and incorporated provisions and clauses are in effect through the most current Federal Acquisition Circular (FAC) 2021-07 with an effective date of 11 August 2021. The Product and Service Code (PSC) is J019. The North American Industry Classification (NAICS) code is 336611.Supervisor of Shipbuilding (SUPSHIP) Conversion and Repair, Groton CT intends to enter into a multiple award Blanket Purchase Agreement, for a period of 5 years. The vendor shall refurbish weapon Dolly Stowage, Lashing Straps, and Shipping Harnesses, in accordance with the attached specifications. The Period of Performance shall be: 27 January 2022 to 26 January 2027. These BPA’s will be competed on a Task Order basis as needs arise.Each BPA will have up to a five (5) year ordering period with a ceiling of up to $1,000,000.00. The BPA Call Limit will be $100,000.00. The ceiling of each agreement can be increased or decreased at any time by the Contracting Officer (KO) via a bilateral modification to meet current and future requirements. Funding is not assigned to the BPA. The Government will only be obligated to the extent of calls placed against an awarded BPA. BPA calls will be competed among BPA awardees, by requesting quotes. The call will then be placed based on the quote that is most advantageous to the Government.Offerors will need to submit a pricing schedule that covers each year of the Period of Performance.Offerors must be registered and active in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at:  https://sam.gov/SAM/pages/public/index.jsf.Proposals are due prior to 4:00 PM ET, 03 DEC 2021. Late submissions will not be accepted. Any subsequent amendments will be posted to the beta.SAM.gov website. Prospective Offerors are responsible for downloading their own copy of the solicitation and for monitoring the website for any amendments. The Contracting Officer will not provide hardcopies or email copies of the solicitation.Offerors are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their proposal to be determined unacceptable and therefore not eligible for award. Failure to submit any of the information requested by this solicitation may be cause for unfavorable consideration. Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: amanda.kish@navy.mil and stephanie.neale@navy.mil. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. All correspondence in conjunction with this acquisition should be emailed to amanda.kish@navy.mil and stephanie.neale@navy.mil.In accordance with the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and Naval Sea Systems Command (NAVSEA), the provisions and clauses referenced hereafter are applicable to this acquisition: Please see attached solicitation. The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with Offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.Evaluation of Line ItemsThe Government will evaluate the total offers for award purposes by adding the total price for all line items.  Evaluation of all line items will not obligate the Government to award all line items.Discussions: The Government intends to evaluate proposals and award a contract without discussions with offerors.  However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.Award of Line Items: The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.Evaluations – Tradeoffs: The Government will make award to the offeror that represents the best value to the Government based on the following factors:Technical QualificationsPast PerformancePriceSee Section M of the attached solicitation, for additional information.

Groton ,
 CT  06340  USALocation

Place Of Performance : N/A

Country : United StatesState : ConnecticutCity : New London County

Classification

naicsCode 336611Ship Building and Repairing
pscCode J019Maintenance, Repair and Rebuilding of Equipment: Ships, Small Craft, Pontoons, and Floating Docks