Federal Contract Opportunity

Last Updated on 25 Apr 2024 at 12 PM
Combined Synopsis/Solicitation
Santa rita Guam

Turbine Marine Gas Turbine Generator Maintenance and Operation Support Services

Details

Solicitation ID N6824624Q0018
Posted Date 25 Apr 2024 at 12 PM
Response Date 02 May 2024 at 1 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsup Flc Yokosuka Sasebo Office
Agency Department Of Defense
Location Santa rita Guam United states 96915

Sign up to access Documents

Signup now

(i) This is a combined synopsis/solicitation for commercial products or commercial services
prepared in accordance with the format in subpart 12.6 using Simplified Acquisition Procedures
under the Simplified Procedures for Certain Commercial Products and Commercial Services
found at FAR 13.5, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being requested and a written
solicitation will not be issued.

This is a sole source requirement.

The proposed contract action is for services which the Government intends to solicit and negotiate a Firm Fixed Price contract with one source, Turbine Marine, Inc., cage code 805X2.

(ii) The solicitation number is N6824624Q0018 and is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2023-06.

(iv) This requirement is a 100% Small Business Set-Aside. The NAICS Code is 333611 –
Turbine and Turbine Generator Set Units Manufacturing and the small business size standard is
1,500 employees. The small business office concurs with this decision.

(v) See Attachment (a) – Quotation Sheet for a list of line item number(s) and items, quantities,
and units of measure (including option(s), if applicable).

(vi) The Government requires a firm-fixed price contract to provide Gas Turbine Generator
Maintenance and Operation support services in accordance with the Performance Work
Statement.

See Attachment (1) Performance Work Statement for the description of the requirements.

(vii) The ordering period will be for a Base period plus up to two Option periods under FAR
52.217-9 Option to Extend the Term of the Contract.

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial
Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional
instructions.

(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services,
applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and
Commercial Services for the description of the evaluation procedures to be used.

(x) Do NOT submit a completed copy of Offeror Representations and Certifications-Commercial
Products and Commercial Services with your offer.

Quoters must be registered in the System for Award Management (SAM) database to be
considered for award. Registration is free and can be completed on-line at http://www.sam.gov/

(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and
Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this
solicitation.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.
The following additional FAR clauses cited in the clause are applicable to the acquisition:
52.203-6 Restrictions on Subcontractor Sales to the Government
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-27 Prohibition on a ByteDance Covered Application
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matter
52.219-28 Post Award Small Business Program Rerepresentation
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-3 Convict Labor
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
(Multiple Year and Option Contracts)
52.222-50 Combating Trafficking in Persons
52.222-54 Employment Eligibility Verification
52.222-55 Minimum Wages for Contractor Workers under Executive Order 14026
52.222-62 Paid Sick Leave under Executive Order 13706
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-20 Aerosols
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management

(xiii) The following additional clauses and provisions also apply to this requirement:

Clauses:
52.204-14 Service Contract Reporting Requirements
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance
Services or Equipment
52.204-7 System for Award Management
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial
Services
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
52.217-9 Option to Extend the Term of the Contract
52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008)
52.219-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct
2018)
52.222-40 Notification of Employee Rights under the National Labor Relations Act
52.222-49 Service Contract Labor Standards—Place of Performance Unknown
52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction
Contracts
52.224-3 Privacy Training
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
52.245-1 Government Property
52.245-9 Use and Charges
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated By Reference
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related
Felonies
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7003 Agency Office of the Inspector General
252.203-7004 Display of Hotline Posters
252.204-7000 Disclosure of Information
252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training for Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Control
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber
Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support
Contractors
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.204-7022 Expediting Contract Closeout
252.211-7003 Item Unique Identification and Valuation
252.211-7007 Reporting of Government-Furnished Property
252.211-7008 Use of Government-Assigned Serial Numbers
252.215-7007 Notice of Intent to Resolicit
252.215-7008 Only One Offer
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7012 Preference for Certain Domestic Commodities
252.225-7048 Export-Controlled Items
252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services.
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-
O0006)
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
252.243-7001 Pricing of Contract Modifications
252.243-7002 Requests for Equitable Adjustment
252.243-7999 Section 3610 Reimbursement (DEVIATION 2020-O0021)
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
Provisions:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction under any Federal Law
52.219-1 Small Business Program Representations
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran—Representation and Certifications
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services--Representation
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous
Region – Certification
252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations—Representation
(Deviation 2024-O0006)

Wage Determination:
Service Contract Act WD # 2015-5693 Rev 20

There are no additional contract requirement(s) or terms and conditions other than those included
in this notice including all referenced provisions, clauses, and attachments.

(xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this
solicitation.

(xv) The date and time all quotations must be received in order to be considered for award is the
response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for
additional instructions including the submittal instructions.

(xvi) The name and telephone number of the individual to contact for information regarding the
solicitation including submission of questions is the Contract Specialist identified in Contract
Opportunities for this combined synopsis/solicitation.

The Government may not respond to questions received less than 5 days prior to the due date and
time for receipt of quotations.

Similar Opportunities

No Similar Opportunities Found

Similar Awards

No Similar Awards Found