Federal Bid

Last Updated on 29 Mar 2019 at 8 AM
Combined Synopsis/Solicitation
Portsmouth New hampshire

MTR Betts Lathe

Solicitation ID N3904019P0188
Posted Date 14 Mar 2019 at 2 PM
Archive Date 29 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Portsmouth New hampshire United states 03801
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The solicitation number for this procurement is N3904019P0188 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-97, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20171228.

The North American Industry Classification System (NAICS) is 811310. The small Business Size Standard is $7.5 dollars and this solicitation is a SOLE SOURCE. Portsmouth Naval Shipyard intends to negotiate and award a contract with Machine Tool Research (MTR) on a sole source basis.

This requirement is being Sole Sourced due to its nature of being is the category of complex equipment repairs, modifications and calibrations. Machine Tool Research is the original equipment manufacturer of Betts Lathes and is required to repair and provide service to the proprietary equipment. Machine Tool Research is considered the technical expert for this requirement. 

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.  Send to: [email protected] 

The contractor shall provide the following services:

- Betts Lathe evaluation and Headstock repair.

Delivery:

Service will be performed on Portsmouth Naval Shipyard. The start date of the period of performance is on 3/18/2019.

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 (Jan 2017)

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-2, Security Requirements (Aug 1996)

52.204-7, System for Award Management (Oct 2016)

52.204-13, System for Award Management (SAM) Maintenance (Oct 2016)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

52.204-17, Ownership or Control of Offeror (Jul 2016)

52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.204-20, Predecessor of Offeror (Jul 2016)

52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)

52.204-22, Alternative Line Item Proposal (Jan 2017)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)

52.211-15, Defense Priority and Allocation Requirements (Apr 2008)

52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)

52.212-2, Evaluation - Commercial Item (Oct 2014)

52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 2017)

52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017)

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2017)

52.219-28, Post Award Small Business Program Representation (Jul 2013)

52.222-3, Convict Labor (Jun 2003)

52.222-21, Prohibition of Segregated Facilities (Apr 2015)

52.222-26, Equal Opportunity (Sep 2016)

52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)

52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).

52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).

52.222-50, Combating Trafficking in Persons (Mar 2015)

52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)

52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)

52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation

52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015)

52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.233-3, Protest After Award (Aug 1996)

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

52.242-15, Stop-Work Order (Aug 1989)

52.247-34, F.O.B. Destination (Nov 1991)

52.252-2, Clauses Incorporated by Reference (Feb 1998)

Offerors shall include a completed copy of 52.212-3 and it's 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 (Sep 2011)

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016)

DFARS 252.204-7000, Disclosure of Information (Oct 2016)

DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)

DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014)

DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001)

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)

DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) - Statistical Reporting in Past Performance Evaluations (Jun 2015)

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)

DFARS 252.225-7048, Export Controlled Items (Jun 2013)

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013)

DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)

This announcement will close at 5:00 PM ET on Thursday, 3/14/2019. Contact Nathan Westman at 207-438-3881 or email [email protected]

Instructions to Offerors:

METHOD OF PROPOSAL SUBMISSION: Inquiries to this Sole Source posting shall be emailed to [email protected].

Evaluation Criteria:

AWARD - SINGLE AWARD FOR ALL ITEMS
Due to the interrelationship of the items involved, the right is reserved to make a single award to the responsive offeror whose total proposal on all items is low.

System for Award Management (SAM): Vendors 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/.

******* End of Combined Synopsis/Solicitation ********

Bid Protests Not Available

Similar Past Bids

Portsmouth Rhode island 31 May 2019 at 5 PM
Portsmouth Rhode island 17 Jun 2015 at 2 PM
Kittery Maine 10 Mar 2021 at 7 PM
Portsmouth Rhode island 15 Apr 2016 at 6 PM
Kittery Maine 20 Sep 2021 at 9 PM

Similar Opportunities

Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Location Unknown 14 Jul 2025 at 4 AM
Picatinny arsenal New jersey 29 Jul 2025 at 9 PM
San diego California 21 Jul 2025 at 9 PM