TECHNICAL REPRESENTATIVE SERVICES #1 Shaft Stern Tube Seal Face Change Out and Material TYPE MX-9, US-71435

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Jan 26, 2023
Due: Jan 30, 2023
Solicitation No: N4215823Q0007
Publication URL: To access bid details, please log in.
Follow
TECHNICAL REPRESENTATIVE SERVICES #1 Shaft Stern Tube Seal Face Change Out and Material TYPE MX-9, US-71435
Active
Contract Opportunity
Notice ID
N4215823Q0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
NORFOLK NAVAL SHIPYARD GF
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2023 10:33 am EST
  • Original Date Offers Due: Jan 30, 2023 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, Acquisition of Commercial Items, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on The Official U.S. Government System for Contract Opportunities at SAM.gov.



The Request for Quotations number is N4215823Q0007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change 30 December 2022. 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:



https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



The NAICS Code is 336611(Maintenance, Repair and Rebuilding of Equipment: Ships, Small Craft, Pontoons and Floating Docks) and the size standard is 1250. This acquisition is being competed on a full and open basis.



NNSY requires vendors capable of providing all required services, labor, material and equipment necessary to successfully provide a Technical Service Representative is needed to assist Norfolk Naval Shipyard (NNSY) in providing technical assistance on the deck plates during the inspection; repair; reassembly; final alignment; and machining of seat, if required, for the face change-out of #1 main propulsion and vulcanizing of boot for the complete overhaul of #2 and #3 main propulsion shaft seals and assembly onboard USS TRUMAN (CVN 75) in accordance with the Statement of Work found herein.



RFQ closes and responses to this RFQ are due on or before Monday, 30 January 2023 at 10:00 AM EDT.



SEND Quotes and Questions directly to EMAIL Addresses at jonathan.g.castro.civ@us.navy.mil and jewel.t.anderson.civ@us.navy.mil.



By response to this Request for Quotes, the contractor agrees to service and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified.



If there are any questions, please contact Mr. Jonathan Castro or Mrs. Jewel Anderson who can be reached at email jonathan.g.castro.civ@us.navy.mil and jewel.t.anderson.civ@us.navy.mil.





INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS



This requirement will be prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. Accordingly, a Simplified Streamlined acquisition process will be used in the evaluation and award of the contract.



Period of Performance as follows: 1 February 2023 (or date of award) – 31 May 2023



Quotations will consist of the following documents submitted together in Adobe Acrobat .pdf format:



Unit prices for each line item in accordance with the Contract Line Item Number (CLIN).



Additionally, each Offeror must provide the following information with the quote:



1. The Request for Quotes (RFQ) number;



2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror;



3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Proposals that reject the terms and conditions of the RFQ may be excluded from consideration;



4. Acknowledgment of Solicitation Amendments (SF-30), if any;



5. Completed FAR 52.212-3 Representations and Certifications unless otherwise completed in SAM;



6. Completed FAR, DFARS, and NAVSEA Provision and/or Clauses as required throughout RFQ;



7. Confirmation of the ability to meet the period of performance as contained herein;



8. Verification of authorized Technical Representative for Wartsila- type ship surface propulsion shaft seals in accordance with NAVSEA Standard Item (NSI) 009-90.



9. Occupation Code and title for personnel performing work (FAR 52.222-42). Applicable Wage Determination provided as an attachment to this request for quote.



Quoters must be registered in the SAM.gov database to be considered for award. All quotes shall include price(s), FOB point, a point of contact, name and phone number, email, business size, and payment terms. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.



Award may or may not be made without any type of discussions or negotiations. This is based on the Contracting Officer’s determination after an evaluation has been completed on all quotations.





Submission of Quotations



Quotation Due Date: Quotations must be received on or before the time and date set for receipt of proposals. Facsimile transmission of quotations is NOT permitted and will not be considered.



Late Submissions: Quotations received after the designated date and time, i.e. late, may not be considered. Extension of the quotation due date shall be at the sole discretion of the Contracting Officer.



Format Requirements: Quotations shall be submitted in PDF (Adobe) format with Pricing submitted via Microsoft Excel.



Submission Format: Quotations shall be submitted electronically via email to jonathan.g.castro.civ@us.navy.mil AND jewel.t.anderson.civ@us.navy.mil.



Expenses related to Offeror Submissions



The Government will not reimburse an Offeror for any costs incurred in submission of a quotation including any related travel. Nor will it reimburse for any necessary studies or designs, demonstration, or for services/supplies procured for the preparation of such quotations.



Quotations



1. Technical Factors



The Government will evaluate the technical capabilities and proficiency of the Offeror to perform the tasks described in the Statement of Work found herein. Evaluation of these factors will focus on an Offeror’s thorough comprehension of the technical requirements for this project as detailed within this RFQ, as well as the soundness and adequacy of the proposed methods, procedures, plans, and approaches to performance of the required services. The Offeror will be evaluated on its ability, understanding, and knowledge with respect to:






  1. Does the scope of the proposed services match NNSY requirements?

  2. Does the Offeror guarantee that they can provide oversight on the deck plates to NNSY for rebuilding of the shaft seals to include inspection, repair, reassembly, and final alignment?

  3. Does the Vendor adapt its services to the specific circumstances and preferences of NNSY?

  4. Does the vendor provide verification if its status as an authorized Technical Representative for Wartsila-type ship surface propulsion shaft seals in accordance with NAVSEA Standard Item (NSI) 009-90.

  5. Can the vendor provide adequate support to include up to one (1) Lead Field Service Representative present for one (1) 12 hour shift Monday through Friday, and the possibility of Saturday and Sunday, to complete the overhaul in accordance with Original Equipment Manufacturer (OEM) requirements and NAVSEA specifications of the Shaft Seal, Type MX-9, and US-71435?






  1. Delivery



Each offeror shall provide confirmation of its ability to supply required materials and services to support the estimated period of performance.






  1. Price



Each Offeror shall provide pricing for all services and parts identified for completion for the period of performance and shall be all inclusive to meet the requirements of this contract.





Contractor must provide all material in accordance with the Statement of Work.





The vendor’s proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. All quotes submitted in response to this RFQ shall stand firm for 30 calendar days from the response date of this solicitation.





EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES



(a) The Government will award a contract resulting from this Request for Quotation (RFQ) to the responsible Offeror whose quotation conforms to the RFQ and will be the most advantageous and presents the best value to the Government, price and non-price factors considered. The Government reserves the right to award to other than the lowest priced quotation.



The following factors shall be used to evaluate quotations:



1. Technical Capability



2. Delivery



3. Price





Technical Capability and Delivery are significantly more important than Price.



Contractors who fail to possess acceptable technical capability will not be considered for award and the other elements of their quotation will not be evaluated. Offerors will be evaluated on their capability to perform all tasks outlined in this RFQ. Quotations that exceed the stated requirements may be rated higher than those quotations that meet the stated requirements.



When conducting the evaluation, the Government may use data provided by the Offerors in the quotation, as well as data obtained from other sources. The burden of providing a thorough quotation rests with the Offeror.



(b) 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 quotation’s specified expiration time, the Government may accept a quotation (or part of a quotation), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





The Government hereby notifies Offerors that taking exception to any term or condition of this RFQ (including submitting any alternate proposal that requires relaxation of a requirement) could make a quotation unacceptable. Unless this solicitation expressly authorized an exception with regard to that specific term or condition, the Government will consider any exception to any term or condition of this solicitation that is not expressly authorized by this solicitation to be a deficiency, as defined in FAR 15.001, which may or may not be subject to correction.



The Government reserves the right without qualification, to accept or reject any or all proposals, to negotiate with any and all proposers regardless of the terms of the original proposal, and to request additional clarifying information either through written or through conference with the proposers. Proposals should be submitted initially on the most favorable terms from a price and technical standpoint. All proposers are notified that discussions will likely be held with Contractors to be found within the competitive range which will be determined upon evaluations of proposals.



Contractor shall meet with NNSY to provide services to include a Technical Service Representative to assist Norfolk Naval Shipyard (NNSY) in providing technical oversight on the deck plates during the inspection, repair, reassembly, final alignment, machining of seat if required and vulcanizing of boot for the complete overhaul of #2 main propulsion shaft seals assembly onboard CVN 75 after all work is completed. Provide inflatable boot bonder tooling for the vulcanization, 26" Long x 12" Wide x 9" Deep, total of 24 pounds (NNSY rigging assistance not required to transport).



Support shall include up to one (1) Lead Field Service Representative present for one (1) 12 hour shift Monday through Friday, and the possibility of Saturday and Sunday, to complete the overhaul in accordance with OEM (Original Equipment Manufacturer) requirements and NAVSEA specifications of the Shaft Seal, Type MX-9, US-71435.



52.203-3



Gratuities



APR 1984



52.203-12



Limitation On Payments To Influence Certain Federal Transactions



JUN 2020



52.204-7



System for Award Management



OCT 2018



52.204-9



Personal Identity Verification of Contractor Personnel



JAN 2011



52.204-13



System for Award Management Maintenance



OCT 2018



52.204-16



Commercial and Government Entity Code Reporting



AUG 2020



52.204-18



Commercial and Government Entity Code Maintenance



AUG 2020



52.204-22



Alternative Line Item Proposal



JAN 2017



52.212-1



Instructions to Offerors--Commercial Products and Commercial Services



NOV 2021



52.212-4



Contract Terms and Conditions--Commercial Products and Commercial Services



DEC 2022



52.232-40



Providing Accelerated Payments to Small Business Subcontractors



NOV 2021



52.237-1



Site Visit



APR 1984



52.237-2



Protection Of Government Buildings, Equipment, And Vegetation



APR 1984



252.201-7000



Contracting Officer's Representative



DEC 1991



252.203-7000



Requirements Relating to Compensation of Former DoD Officials



SEP 2011



252.203-7002



Requirement to Inform Employees of Whistleblower Rights



SEP 2013



252.204-7003



Control Of Government Personnel Work Product



APR 1992



252.204-7004



Antiterrorism Awareness Training for Contractors.



FEB 2019



252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



DEC 2019



252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



MAY 2016



252.204-7018



Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



JAN 2021



252.204-7020



NIST SP 800-171 DoD Assessment Requirements



MAR 2022



252.209-7004



Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism



MAY 2019



252.215-7007



Notice of Intent to Resolicit



JUN 2012



252.223-7006



Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials



SEP 2014



252.223-7008



Prohibition of Hexavalent Chromium



JUN 2013



252.225-7048



Export-Controlled Items



JUN 2013



252.232-7003



Electronic Submission of Payment Requests and Receiving Reports



DEC 2018



252.232-7010



Levies on Contract Payments



DEC 2006



252.232-7017



Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration



APR 2020



252.243-7002



Requests for Equitable Adjustment



DEC 2012



252.244-7000



Subcontracts for Commercial Items



JAN 2021



252.246-7003



Notification of Potential Safety Issues



JUN 2013



252.246-7004



Safety of Facilities, Infrastructure, and Equipment for Military Operations



OCT 2010



252.247-7023



Transportation of Supplies by Sea



FEB 2019




Attachments/Links
Contact Information
Contracting Office Address
  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2023 10:33 am ESTCombined Synopsis/Solicitation (Original)

Related Document

Jan 31, 2023[Combined Synopsis/Solicitation (Updated)] TECHNICAL REPRESENTATIVE SERVICES for #1-3 Shaft Stern Seal Tubes
Feb 2, 2023[Combined Synopsis/Solicitation (Updated)] TECHNICAL REPRESENTATIVE SERVICES for #1-3 Shaft Stern Seal Tubes
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow FLCN HAZMAT Support Active Contract Opportunity Notice ID N00189FLCNHAZMAT Related Notice Department/Ind.

Federal Agency

Bid Due: 11/27/2024

Follow Defense Supply Center Richmond B46 Storefront Door Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/13/2024

Solicitation Header Solicitation Number 23-2616-12JL Solicitation Type ITB Solicitation Start Date 01-Dec-2023 Solicitation

Henrico County

Bid Due: 11/01/2024

Views: Current Version ( 12 ) All Versions ( 12 ) Details RFPQ-52044

State Government of Virginia

Bid Due: 12/31/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.