Skip to main content

An official website of the United States government

You have 2 new alerts

USS ASHLAND (LSD48) - PUMPS AND MOTORS

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: Solicitation (Original)
  • Original Published Date: Aug 03, 2023 02:36 pm PDT
  • Original Date Offers Due: Aug 14, 2023 11:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 29, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    San Diego , CA 92136
    USA

Description

This is a firm-fixed-price (FFP) Commercial Industrial Services (CIS) Pumps and Motors contract is provide labor, services, equipment, and materials for the removal, installation, and shipboard testing of the NR-2 Oil Purifier Motor onboard the USS Ashland (LSD-48).

The contractor will be required to provide all labor services and materials in accordance with the established statement of work and all applicable government specifications and regulations. Inspections and acceptance of all services will be performed at destination by the cognizant government representative. The contractor is responsible for the use of the latest revision of all references, specifications and NAVSEA Standard Items.

The Request for Quotation (RFQ) N5523623Q0191 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 13. The applicable North American Industry Classification System (NAICS) code is 336611. This solicitation documents and incorporates provisions and clauses that are those in effect through the Federal Acquisition Circular 2023-06, effective 09 June 2023, and DFARS.

Synopsis is not required in accordance with FAR 5.202(a)(13). The successful quoter will be required to have a Southwest Regional
Maintenance Center Quality Management System (IAW NAVSEA Standard Item 077-001) approved and in place at time of contract award.

For a copy of the technical manuals and drawings, please send an email request to the assigned contracting personnel. Your quote must consist of the following: Publication Notice 20230609. All vendors must be registered at http://www.sam.gov/.

1. Standard Form 18 - Request for Quotations (RFQ) blocks 12 through 16 must be completed by the quoter.

2. RFQ Section B - Supplies or Services and Prices/Costs, your proposed prices must be inserted in the appropriate blank
spaces (e.g. unit price, extended price, total). Quoter must provide a firm-fixed price for Contract Line Item Number (CLIN)
0001. CLIN 0001 is the sum of ELIN 0001 in the Scope of Work (quote should include over and above work found in the ELIN spreadsheet. 

3. RFQ Section K, 52.204-8 - Representations, Certifications and Other Statement of Offerors, 52.209-11 Representation by
Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016), and C-222-H00l
Access to Vessels by non-US Citizens, completed by quoter. Representations, Certifications and Other Statement of Offerors
shall be verified in SAM prior to award. Quality Assurance Information - The successful quoter must have a Southwest
Regional Maintenance Center approved Quality Management System (IAW NAVSEA Standard Item 009-004) in place at time of
contract award. See RFQ Instructions to Quoter's section entitled, "Quality Assurance Information."

Your quote shall conform to the established Evaluation Criteria as set forth in Section M - Evaluation Factors for Award of the attached SF18. All information should be delivered via e-mail to juan.e.forero.civ@us.navy.mil and Daniel.calleja@navy.mil no later than 11:00 AM (PST), August 14th, 2023. Information delivered by other than e-mail will not be accepted. Certifications in the System for Award Management must be current and
active to be eligible for contract award.

Contact Information

Contracting Office Address

  • 3755 BRINSER STREET SUITE 1
  • SAN DIEGO , CA 92136-5205
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 29, 2023 08:55 pm PDTSolicitation (Original)