Skip to main content

An official website of the United States government

You have 2 new alerts

USS KEARSARGE (LHD-3) Pre-heater Valves

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 23, 2023 05:03 pm EST
  • Original Date Offers Due: Jan 30, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 332919 - Other Metal Valve and Pipe Fitting Manufacturing
  • 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 BETA SAM at https://beta.sam.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.

THE RFQ number is N5005423Q0045. This solicitation documents and incorporates provisions and clauses in effect though FAC 2023-01 and the DFARS Change 12/30/2022.  

The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the Casting Rings that are identified in the attached Statement of Work (SOW). All parts shall be new. No refurbished or used parts will be accepted.

Business Size Standard Information:

Small Business Set-Aside: N/A

NAICS CODE is: 332919 Size Standard is: 750 employees

Delivery and Shipping Information:

Required Delivery Date:  03/17/2023 (or soonest possible)

Shipping Terms: Shipping shall be FOB Destination per FAR 52.247-34.

Ship to Address:

DLA Distribution Norfolk RMC PROJ
Attn: Tony Cunningham 757-264-3876
Bunker Hill Towaway, BLDG X136
Norfolk, VA 23511

Evaluation Factors and Required Documents:

To be considered for award, offerors must have an ACTIVE registered in the System for Award Management (SAM). Registration is free and can be completed on-line at http://sam.gov/.

An award will be made based on Lowest Price Technically Acceptable (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 vender to meet all specifications and requirements in the SOW.

  1. Vendors must provide a detailed (unpriced) 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. A clear, precise presentation to the Government of the vendor's understanding of the SOW and the technical requirements therein.
    2. Vendor has updated their registration in System for Award Management (SAM) in accordance with NDAA FY2019 per FAR Provision 52.204-26.
  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: Each quote must breakdown pricing for each part requested in the SOW.

Quote shall contain fully burdened prcies.

  1. Price Quote: this shall be a separate document from the technical capability statement from Factor 1 Technical.
  2. Determination of price reasonableness after receipt of quote:
    a. Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness.
        i.  Published price list or catalog
  • Must be available for all customers
  • Price list must not be exclusive to Government agencies
  • Cannot be marked Confidential or For Government Use Only

Quote Format:

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

  1.  Submitted in either Microsoft Word, Excel spreadsheet, or Adobe PDF.
  2. Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer
    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
    4. CAGE Code and/or DUNS
    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 2:00pm EST on Monday, 01/30/2023. Email quotes to donald.r.bowers19.civ@us.navy.mil.

Questions:  Vendors may submit questions regarding clarification of solicitation requirements to Donald Bowers by e-mail at donald.r.bowers19.civ@us.navy.mil by Thursday, 01/26/2023 at 12:00 PM 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. The clauses may be accessed in full text at these addresses:

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 provision 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

52.204-10 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 (Jul 2018)

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.

52.204-26 Covered Telecommunications Equipment or Services- Representation

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 Items.

52.212-2 Evaluation-Commercial Items

52.212-3 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.

52.219-28 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—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

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.240-22 Alternative Line Item Proposal

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

252.211-7008 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

252.246-7000 Material Inspection and Receiving Report

252.247-7023 Transportation of Supplies by Sea

G-232-H002 Payment Instructions and Contract Type Summary For Payment Office

G-242-H002 Hours of Operation and Holiday Schedule

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)

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

  • Feb 14, 2023 11:59 pm ESTCombined Synopsis/Solicitation (Original)