The RFP Database
New business relationships start here

Maintenance Services for one US Navy Living Barge at SUBASE New London, CT


Maine, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Part 12, 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 FEDBIZOPPS (www.fbo.gov).
The RFQ number is N3904018Q0239. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Change Notice 20180418. 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:
http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm.
The NAICS code is 336611. The small business size standard is 1,250 employees.
This requirement will result in a single award, Firm Fixed Price contract.
This is a Total Small Business Set Aside.
Portsmouth Naval Shipyard is in need of a contractor to provide a full range of intermediate level troubleshooting, repair, renewal, refurbishment, modernization, maintenance, and testing of one US Navy Living Barge and auxiliary systems (hull, mechanical, and electrical). The period of performance will be a one year Base period from award date and two Option Years. The attached Statement of Work contains full details of the work required.
Place of performance: Naval Submarine Base New London
The desired start date is 6/1/18.

The following FAR provision 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 Whistleblower Rights
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
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 of 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
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.209-6 Protecting the Governments 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
52.211-14 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
52.212-2 Evaluation-Commercial Items
52.212-3 and its ALT I, 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- Commercial Items
52.213-3 Notice to Supplier
52.215-5 Facsimile Proposals
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.219-6 Small Business Program Representation
52.219-28 Post Award Small Business Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-55 Minimum Wages Under Executive Order 13658
52.222-50 Combating Trafficking in Persons
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-11 Ozone-Depleting Substances
52.223-18 Contractor Policy to Ban Text Messaging while Driving
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
52.225-13 Restriction on Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
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
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-15 Stop-Work Order
52.242-17 Government Delay of Work
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
52.253-1 Computer Generated Forms
Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alt 1, System for Award Management Alternate A
DFARS 252.204-7006 Billing Instructions
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Deviation 2012-O00004)
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.215-7007 Notice of Intent to Resolicit
DFARS 252.215-7008 Only One Offer
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea

METHOD OF PROPOSAL SUBMISSION:
All quotes shall be sent via email to lisa.fielding@navy.mil

All quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 336611. Each response must clearly indicate the capability of the vendor to meet all specifications and delivery requirements. Quotes must be received no later than May 29, 2018 at 4:00 pm EST.

Past performance report forms must be filled out and submitted directly from past customers and sent to the Contracts Specialist at the email address noted.

The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable.


Evaluation Criteria:
52.212-2 Evaluation--Commercial Items (Oct 2014)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, past performance, and price. Past performance and Technical Evaluation, when combined, are more important than price.
Technical Evaluation Ratings:

Rating: Acceptable
Description: Submission clearly meets the minimum requirements of the solicitation
Rating: Unacceptable
Description: 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.

Past Performance: The past performance evaluation results is an assessment of the Vendor's probability of meeting the minimum past performance solicitation requirements. For the Past Performance factor, the rating tables identified in the table in set forth below entitled "Past Performance Relevancy Ratings Table", and "Past Performance Confidence Assessment Ratings Table" will be utilized for the assignment of ratings for relevancy and confidence assessment. Past performance will be evaluated for confidence based on the relevance and quality of the submitted contracts. This assessment is based on the Vendor's record of relevant and recent past performance information that pertains to the services outlined in the solicitation requirements.


Relevancy: For the Vendor's past performance submission(s), the agency will first evaluate the Vendor's past performance to determine how relevant a recent effort accomplished by the Vendor is to the effort to be acquired. In establishing what is relevant for this acquisition, consideration has been given to those aspects of an Vendor's contract history that give the greatest ability to measure whether the Vendor will satisfy the current procurement. Evaluation aspects of relevancy will include similarity of scope and magnitude which are defined
below.
Scope: The measure of the similarity of the scope of the Performance Work Statement (PWS) and the Vendor's contracts. The Performance Work Statement scope meets the majority of the objectives as defined in the solicitation.


Magnitude: The measure of the similarity of the dollar value of actually performed work that exists between the PWS and the Vendor's contracts/orders. Magnitude will be evaluated on the dollar amount of work actually performed under the contract(s)/order(s) during the relevant five-year period established by the solicitation.

Complexity: The measure of similarity of technical and managerial intricacy and required coordination of efforts and disciplines that exists between the PWS and the Vendor's performance on other contracts. For complexity, not only will the tasks performed be considered, but also the Vendor's ability to coordinate the tasks (e.g. concurrent performance requirements)


Past Performance Relevancy Ratings
Rating Description
Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort this solicitation requires.
Relevant Present/past performance effort involved similar scope and magnitude of effort this solicitation requires.
Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort this solicitation requires.
Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort this solicitation requires.


For past performance submissions determined to be relevant or somewhat relevant, the Government will then evaluate the quality of those submissions by reviewing all available, current information on the contractor's performance. Submission determined to be ‘Not Relevant' will automatically receive a neutral rating. The Vendor
acknowledges that the Government is not responsible if the point of contact provided by the Vendor fails to respond to the Government's past performance inquiry. Vendors are also advised that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government, including Performance Assessment Reporting Systems (CPARS)

Confidence Assessment:
Past Performance Confidence Assessments
Rating Description
Substantial Confidence Based on the Vendor's recent/relevant performance record, the Government has a high expectation that the Vendor will successfully perform the required effort.
Satisfactory Confidence Based on the Vendor's recent/relevant performance record, the Government has a reasonable expectation that the Vendor will successfully perform the required effort.
Limited Confidence Based on the Vendor's recent/relevant performance record, the Government has a low expectation that the Vendor will successfully perform the required effort.
No Confidence Based on the Vendor's recent/relevant performance record, the Government has no expectation that the Vendor will be able to successfully perform the required effort.
Unknown Confidence (Neutral) No recent/relevant performance record is available or the Vendor's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.


In order to facilitate the Government's evaluation of this factor, the Vendor shall provide information on no more than three (3) previous contracts whose effort was relevant to the effort required by this solicitation; the contracts provided should have been performed within the last five (5) years. Evaluation will focus only on work experience already performed. Yet-to be performed work and experience prior to the last five (5) years will not be considered. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the award date of this RFQ. The Government may verify past performance information.

Price:
The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness. Vendors to complete Price Template Exhibit A-C and shall include pricing for all line items listed. Failure to do this shall be cause for rejection of the quote for all line items.
Price Quotes shall be held firm for thirty (60) days.

Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.

The Government shall select the Vendor whose quote is most advantageous to the Government, considering price and other factors when compared to other quotes. The Government reserves the right to issue a contract to other than the lowest priced Vendor. Past Performance will have a higher importance in the evaluation than the Price. The Government also reserves the right to not issue an award if it is not in the best interest of the Government.

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


Lisa A. Fielding, Contracts Specialist, Phone 207-438-1893, Fax 207-438-4193, Email lisa.fielding@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP