Virginia Bids > Bid Detail

JIB Cylinder Cylinder Repair

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159457015623662
Posted Date: Mar 17, 2023
Due Date: Mar 22, 2023
Solicitation No: N5005423Q0071
Source: https://sam.gov/opp/ce09c31425...
Follow
JIB Cylinder Cylinder Repair
Active
Contract Opportunity
Notice ID
N5005423Q0071
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
REGIONAL MAINTENANCE CENTER
Office
MID ATLANTIC REG MAINT CTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 07:13 am EDT
  • Original Date Offers Due: Mar 22, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Norfolk , VA 23511
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 will be posted to the System for Award Management at https://sam.gov/ and/or Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice.





The RFQ number is N50054-23-Q-0071. This solicitation documents and incorporates provisions and clauses in effect though FAC 2023-02 and the DFARS Change notice 20230301.





The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources with a repair location within a 35 mile radius of Norfolk Naval Base (Location: 9727 Avionics Loop, Norfolk, VA 23511) that are capable of providing all requirements listed in the Statement of Work (SOW) and supporting documentation attached to this announcement. All replacement parts shall be new. No refurbished or used parts will be accepted.





Business Size Standard Information:





Small Business Set-Aside: 100%



NAICS Code: 336611 Size Standard: 1250 employees





Small Business Competition Advocate





MARMC Small Business Professional



Stacey Cooper



stacey.l.cooper10.civ@us.navy.mil



757-837-8811





Delivery and Shipping Information:





Period of Performance (POP): 03/24/2023-06/14/2023





Shipping Terms: The government will be bringing the cylinders to the contractor’s repair location and picking-up the hydraulic cylinders (4 EA) from the contractor’s repair location.





Evaluation Factors and Required Documents:





Per FAR 52.204-7, offerors must have an ACTIVE registration in SAM. Registration is free and can be completed online at https://sam.gov/.





An award will be made based on LPTA. All quotes will be evaluated for both technical acceptability and price reasonableness in accordance with FAR 52.212-2.





Technical Acceptability: Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW.




  1. Vendors must provide a detailed quote with capabilities statement for review and acceptance by the Technical POC.

  2. The technical capability portion of the quote should include (if applicable):

    1. Lead time for each part

    2. Drawings or specifications if quoting a “like item”

    3. Complete list of supplies per the SOW

    4. Vendor has updated their registration in System for Award Management (SAM) in accordance with NDAA FY2019 per FAR Provision 52.204-26 (see below for full text).



  3. The following adjectival ratings will be used in evaluating each vendor’s technical approach.





Technical Acceptable/Unacceptable Ratings



Rating



Description



Acceptable



Quote clearly meets the minimum requirements of the SOW



Unacceptable



Quote does not clearly meet the minimum requirements of the SOW





Note: To receive consideration for award, a rating of acceptable must be achieved in all technical factors.





Price Reasonableness:






  1. Each quote must breakdown pricing for each part requested in the SOW.

  2. Price Quote: this shall be a separate document from the technical capability statement from Factor 1 Technical.

  3. Price is fully burdened.

  4. Excessive Line Items: For quotes with line items, greater than ten and the lead time/delivery date will be the same, the vendor shall bundle the items into one “kit” or “groups”.

    1. Please contact the POC listed above with questions regarding this request.



  5. Determination of price reasonableness after receipt of quote:

    1. Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness.

      1. Published price list or catalog

        1. Must be available for all customers

        2. Price list must not be exclusive to Government agencies

        3. Cannot be marked “Confidential” or “For Government Use Only”



      2. Contract numbers for the same or similar items sold to Government agencies

      3. Purchase orders or invoices sold to commercial/industry customers







Quote Format:





To be considered for this opportunity, all quotes shall be:






  1. Submitted in Microsoft Word, Excel spreadsheet, or Adobe PDF.

  2. Vendors must include a completed copy of FAR 52.212-3 (Attachment V) with the quote if not completed in SAM within the last 12 months.

    1. FAR 52.212-3(b)

    2. FAR 52.212-3 Alt I of the provision. Vendor is to complete Alt I if it is applicable to their business or mark “Not Applicable” if the provision does not apply



  3. Quotes shall also include:

    1. Price(s)

    2. Point of contact name, email address, and phone number

    3. Business size for NAICS listed above

    4. CAGE Code and/or SAM UEI

    5. Payment terms (Net terms)

    6. Shipping Terms: FOB Destination



  4. Quotes shall be valid for a minimum of sixty (60) calendar days





Quote Submission and Questions:





Submission: Responses to this solicitation are due by 3 PM EST on Wednesday, March 22nd, 2023. Email quotes to Cindy Sampson at cindy.t.sampson.civ@us.navy.mil.





Questions: Vendors may submit questions regarding clarification of solicitation requirements to Cindy Sampson by e-mail at cindy.t.sampson.civ@us.navy.mil by Monday, March 20th. 2023 at 3PM EST. Any questions received after this date may not be answered.





Written Award Notice or Acceptance:



A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.)



Provisions and Clauses:





It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Full text versions of each provision and clause may be accessed via the following websites:





FAR: www.acquisition.gov



DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



NMCARS: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx





The following FAR and DFARS provisions and clauses are applicable to this procurement. Supplementary provisions and clauses may be added/removed prior to award.





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



52.204-7 System for Award Management



2.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-13 System for Award Management Maintenance



52.204-19 Incorporation by Reference of Representations and Certifications



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



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 Services or Equipment



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, or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



52.212-1 Instructions to Offerors - Commercial Products and Commercial Services



52.212-2 Evaluation - Commercial Products and Commercial Services



52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services



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



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns



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



52.222-22 Previous Contracts and Compliance Reports



52.222-26 Equal Opportunity



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



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



52.225-13 Restriction on Certain Foreign Purchases



52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



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



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



2.233-3 Protest after Award.



52.233-4 Applicable Law for Breach of Contract Claim



52.240-22 Alternative Line Item Proposal



52.245-1 Government Property



52.245-9 Use and Charges



52.247-34 FOB Destination



52.252-1 Solicitation Provisions Incorporated by Reference



52.252-2 Clauses Incorporated by Reference



252.203-7000 Requirements Relating to Compensation of Former DOD Officials



252.203-7002 Requirements 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



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



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



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.204-7020 NIST SP 800-171 DoD Assessment Requirements



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



252.211-7003 Item Unique Identification and Valuation



252.211-7007, Reporting of Government-Furnished Property



252.211-7008 Use of Government-Assigned Serial Numbers



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



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



252.225-7048 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



252.244-7000 Subcontracts for Commercial Items



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



252.245-7002, Reporting Loss of Government Property



252.245-7003, Contractor Property Management System Administration



252.245-7004, Reporting, Reutilization, and Disposal



252.246-7000 Material Inspection and Receiving Report



252.247-7023 Transportation of Supplies by Sea





Provisions and Clauses in full text:



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.



As prescribed in 4.2105(c), insert the following provision:



Covered Telecommunications Equipment or Services-Representation (Oct 2020)



(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".



(c) (1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.



(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.



(End of provision)



FAR 52.247-34 F.o.b. Destination.



As prescribed in 47.303-6(c), insert the following clause:



F.o.b. Destination (Nov 1991)



(a) The term "f.o.b. destination," as used in this clause, means-



(1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and



(2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.



(b) The Contractor shall-



(1) (i) Pack and mark the shipment to comply with contract specifications; or



(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;



(2) Prepare and distribute commercial bills of lading;



(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;



(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;



(5) Furnish a delivery schedule and designate the mode of delivering carrier; and



(6) Pay and bear all charges to the specified point of delivery.



(End of clause)



Attachments:





ATTACHMENT I: Statement of Work



ATTACHMENT II: FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Full Text)



ATTACHMENT III: FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (Full Text)


Attachments/Links
Attachments

Contact Information
Contracting Office Address
  • 9727 AVIONICS LOOP BLDG LF-18
  • NORFOLK , VA 23511-2124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 16, 2023 07:13 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >