This is a sole source solicitation to Wartsila Defense, Inc. for propulsor repairs on a USS VA Class Submarine at Portsmouth Naval Shipyard, Kittery, ME. POP: 09/09/2019 to 09/08/2020. NAICS: 336611.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, as supplemented with the additional Information included in this notice. This ... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 N3904019Q0020-Amd 001. This solicitation document and incorporates provisions and clauses in effect through FAC 2019-03 and DFARS Change Notice 20190531. 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 the following addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm The NAICS code is 336611, and the small business size standard for this NAICS Code is 1,250 employees. ***This is a sole source solicitation to Wartsila Defense, Inc. based on Submarine Maintenance Engineering, Planning and Procurement (SUBMEPP) Submarine Maintenance Standard (SMS) to have a qualified repair activity perform the repairs of the "FOS LER" and "Pc. 1A" components. Wartsila Defense, Inc. is the only qualified company that can perform both the onsite weld repairs and hydrodynamic surface grinding on Virginia Class submarine propulsors.*** Wartsila Defense, Inc. shall provide services to facilitate repairs to critical hydrodynamic surfaces of the Propulsor assembly phases of work. The Place of Performance is Portsmouth Naval Shipyard, Kittery, Maine. The estimated Period(s) of Performance (POPs) will be as follows: Item(s) & Description(s) 0001 Statement of Work (Wartsila Prop Repairs VA Class) Specification Item 2.1.1. (Quantity & Unit of Issue: 1 Job) 0002 Statement of Work (Wartsila Prop Repairs VA Class) Specification Item 2.1.2. (Quantity & Unit of Issue: 1 Job) 0003 Item 0001 - 0002 Travel: Shall be in accordance with Joint Travel Regulations (Lodging, Airfare, Car Rental, Per Diem). Item 0002 shall have a Not To Exceed (NTE) value. Note: One day prior and one day after the POP is assumed for travel. At the beginning of the POP(s) for Item(s) 0001 - 0002, one additional day preceding the work is needed for security badging and training (6010 "Bells and Whistles") on?site. (Quantity & Unit of Issue: 1 Job) *PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME. FOB Delivery Destination / Place of Performance: Portsmouth Naval Shipyard, Kittery, ME Period of Performance: 09/09/2019 - 09/08/2020 Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 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 or 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 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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 52.212-3 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 52.213-3 Notice to Supplier 52.216-1 Type of Contract: Firm Fixed Price 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 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-36 Payment by Third Party 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 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.245-1 Government Property 52.245-9 Use and Charges 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 Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. 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 252.203-7003 Agency Office of the Inspector General 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 A System for Award Management 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 (Dev) Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7007 Reporting of Government-Furnished Property DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7031 Secondary Arab Boycott of Israel (Jun 200 DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests 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 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 Reporting Loss of Government Property DFARS 252.245-7003 Contractor Property Management System Administration DFARS 252.245-7004 Reporting, Reutilization, and Disposal DFARS 252.247-7023 Transportation of Supplies by Sea NAVSEA Clauses: B-231-H002 WORKSITE TRAVEL COSTS C-202-H001 ADDITIONAL DEFINITIONS--BASIC C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES C-211-H001 ACCESS TO VESSELS C-211-H018 APPROVAL BY THE GOVERNMENT C-222-H001 ACCESS TO THE VESSEL(S) C-223-H002 SAFETY, HEALTH AND FIRE REQUIREMENTS FOR SHIP REPAIR C-223-H004 REMOVAL OF HAZARDOUS MATERIAL C-223-N001 RADIOLOGICAL INDOCTRINATION, POSTINGS AND INSTRUCTIONS C-223-W002 ON-SITE SAFETY REQUIREMENTS C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL C-233-H001 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT--BASIC C-237-H002 SUBSTITUTION OF KEY PERSONNEL C-247-H001 PERMITS AND RESPONSIBILITIES D-211-H002 MARKING OF REPORTS D-274-W001 PROHIBITED PACKING MATERIALS E-246-H016 FOB DESTINATION DELIVERY INSPECTION AND ACCEPTANCE F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS This announcement will close on June 26, 2019 at 11:00 AM (EST). Primary Point of Contact is Deana Manfredi via email at deana.manfredi@navy.mil, or by phone at 207-438-1630 for questions regarding this notice. Alternate POC is Alexandra Johnson via email at alexandra.johnson@navy.mil, or by phone at 207-438-4472 or. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendor 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/. List of Attachments: 1. Redacted Statement of Work (SOW): Wartsila Prop Repairs_VA Class METHOD OF PROPOSAL SUBMISSION: Quote(s) must be sent via email to: deana.manfredi@navy.mil. Quote(s) shall include price(s), a vendor point of contact (including name, phone number and email address), CAGE code, technical specifications of units offered, vendor's business size under NAICS Code 336611, and payment terms. Quotes over 15 pages in total will not be accepted by email. Response must clearly indicate the capability of the vendor to meet all specifications and requirements. *****End of Combined Synopsis/Solicitation*****
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »