This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, under the guidance of FAR Subpart 6.302 - Circumstances Permitting Other Than Full and Open Competition 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 (http://www.fbo.gov). The Request For Quote (RFQ) number is N39040-15-T-0269. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150602. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811310 and the Small Business Standard is $7,500,000.00.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. The proposed requirement and contract is sole sourced to Machine Tool Research, Inc. due to internal copyright issues, proprietary calibration procedures, and the non-availability of parts to 3rd party vendors. Negotiations are to be conducted with that company. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Preventive maintenance for three Betts Lathes. Approximate period of performance: July 15, 2015 to July 14, 2016. Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
CLINs 0001 through 0003: Annual Inspection and Preventive Maintenance on 3 different models of Betts lathes.
The following FAR provisions and clauses are applicable to this procurement:
52.204-7, System for Award Management
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3 and its 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 - Commercial Items including:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
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
52.219-28, 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
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010)
52.222-50, Combating Trafficking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)
52.225-13, Restriction on Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unforceability of Unauthorized Obligations
52.233-3, Protest After Award
52.223-4, Applicable Law for Breach of Contract Claim
52.204-13 System For Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations
52.222-22, Previous Contracts and Compliance Reports
52.222-55, Minimum Wages Under Executive Order 13658
52.223-11, Ozone Depleting Substances
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-36, Payment by Third Party
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unforceability of Unauthorized Obligations
52.237-2, Protection of Government Buildings, Equipment and Vegetation
52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements
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
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms
DFARS Clauses:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, requirement 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
252.204-7004, Alternate A, System For Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.211-7007, Reporting of Government Furnished Property
252.212-7000, Offeror Representations and Certifications
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048, Export Controlled Items
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000, Subcontracts for Commercial Items
252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property
252.245-7002, Reporting the Loss of Government Property
252.245-7003 Contractor Property Management System Administration
252.245-7004, Reporting, Reutilization and Disposal
252.247-7023, Transportation of Supplies by Sea
** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference)
RADIOGRAPHY - REVIEW AND APPROVAL (C7F517)
All production radiographic film, radiographic standard shooting sketches (RSSS), and interpreter's reports (reader's sheet) pertaining to this contract or purchase order shall be reviewed by the Government for preliminary inspection in accordance with TEC PUB 271 ACN1 & 278 and UDI-T-23732B, dated 23 OCT 1974 at the place where the items calling for radiography in the technical specifications and film are first available simultaneously. The Contractor shall provide advance notices to the local Government representatives of the availability of radiographic film, RSSS, and interpreter's reports, so as to permit orderly planning for such review. The Government's representative shall review production radiography and advise the Contractor in writing of the results of this review. After preliminary inspection by the Government Quality Assurance Representative (QAR), production radiography, film, RSSS, interpreter's reports and the results of the preliminary inspection, will be forwarded to Portsmouth Naval Shipyard, in accordance with the DD 1423, for review and approval or rejection. Approved radiographic film will be retained at the Portsmouth Naval Shipyard. Rejected radiographic film will be returned to the Contractor.
VENDOR ACCESS TO PORTSMOUTH NAVAL SHIPYARD (C7F518)
Vendor access to Portsmouth Naval Shipyard: No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard and adjacent areas. Proof of citizenship may be required. Entrance of foreign nationals requires approval. (Ref: SECNAVINST 5510.34)
SAFETY: All representatives who have a need to enter the Controlled Industrial Area, or other areas specifically designated as safety hazardous, should provide themselves with safety head wear to be worn while in the area.
Vendors and/or subcontractors performing work on vendor-owned or government-owned plant facilities and equipment shall ensure that all OSHA safety regulations are followed. Prior to working on the Portsmouth Naval Shipyard, all vendors shall view the Code 106 safety video.
SECURITY: Commercial vehicles (automobiles) must have conspicuous contractor (company) identification (such as magnetic door-type signs) affixed to the outside of the vehicle if it is to enter the Controlled Industrial Area.
OSHA HEALTH & SAFETY CLAUSE (C7F520)
Vendors preparing specifications, designs or drawings for design, modification or procurement of plant facilities and equipment shall ensure that the appropriate OSHA criteria are included. OSHA regulations must be met except when more stringent Navy requirements apply.
RESTRICTIONS ON USE OF YELLOW MATERIAL (C7F521)
Yellow colored items such as those described below are of special significance within the Shipyard and are subject to strict controls. Accordingly, contractors shall not use yellow or orange-yellow colored materials for the following purposes: protective clothing, hoods, sheeting, tarpaulins, polyethylene bottles or other containers, tapes, bags, banding, identification marks on tools, boundary markers, ribbons, vent ducts, etc. Contractor generated yellow colored waste shall be disposed of by the Contractor off-yard. Shipyard refuse containers shall not be used for disposal of yellow colored waste materials. Yellow colored contract generated debris shall be bagged in non-translucent containers, and promptly removed from the Portsmouth Naval Shipyard.
RADIOLOGICAL INDOCTRINATION (C7F522)
All Contractor employees performing work within the Portsmouth Naval Shipyard must view a radiological video. Contractor employees who are expected to be on the Shipyard for greater than thirty (30) calendar days must attend a one-half hour indoctrination briefing. Attendance at the briefing will be required prior to being issued a permanent Shipyard badge. The indoctrination briefing will provide radiological fundamentals and information on radiological postings and controls at the Portsmouth Naval Shipyard.
RADIOLOGICAL POSTINGS AND INSTRUCTIONS (C7F523)
Any contractor employee who disregards, alters, moves or otherwise tampers with a radiological posting, or who disobeys a radiological instruction, will not be allowed to continue working at the Portsmouth Naval Shipyard.
REMOVAL OF HAZARDOUS MATERIAL (C7F526)
All contractors, vendors or repair personnel shall be responsible for removal from the Portsmouth Naval Shipyard, any appliances, bulbs, lamps or other devices which they replace that contain hazardous chemicals or materials.
CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD
Consign Parcel Post shipments to Portsmouth, NH 03801.
Consign all truck shipments, and rail shipments of 10,000 lbs. and over to Kittery, Maine via Portsmouth, NH. Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine.
Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions. Telephone (207) 438-5521/5206".
NOTICE: CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.
Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday. (Federal Holidays excepted.)
Contracting Officer's point of contact is:
Gisela Gauthier, Code 410 Tel: 207-438-3874, [email protected]
Fax: 207-438-4193
CORRESPONDENCE:
For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:
Contract Division, Code 410
EB-1
Portsmouth Naval Shipyard
Kittery, ME 03904
This notice will close at 16:00 PM EDT on July 2, 2015. Contact Gisela Gauthier, who can be reached via email: [email protected]. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency.
Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to [email protected] or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements.