Federal Bid

Last Updated on 17 May 2023 at 9 PM
Combined Synopsis/Solicitation
San diego California

USS STERETT CIS Pumps and Motors

Solicitation ID N5523623Q0143
Posted Date 17 May 2023 at 9 PM
Archive Date 10 Jun 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Southwest Regional Maint Center
Agency Department Of Defense
Location San diego California United states 92136

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 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 Request for Quotation (RFQ) N5523623Q0143 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 12 and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 336611 - Ship Building and Repairing.

This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2021-02 (Effective 23 November 2020) and DFARS Publication Notice 20201130.

COMMERCIAL INDUSTRIAL SERVICES

NR-1 LUBE OIL PURIFIER MOTOR OVERHAUL SERVICES ONBOARD THE USS STERETT (DDG-104)

SECTION C:  DESCRIPTIONS AND SPECIFICATIONS

STATEMENT OF WORK: 

COMMERCIAL INDUSTRIAL SERVICES:  NR-1 LUBE OIL PURIFIER MOTOR OVERHAUL SERVICES ONBOARD THE USS STERETT (DDG-104)

PURPOSE:

The primary purpose of the Commercial Industrial Services (CIS) Pumps and Motors contract is to provide labor, rigging services, crane, transportation, equipment, and materials for the removal, overhaul, reassembly, shop test, alignment, adjustments and shop operational test of the NR-1 LUBE OIL PURIFIER MOTOR onboard the USS STERETT (DDG-104).

C.1   REFERENCES:

C.1.1 The requirements of the following references and attachments shall be utilized in the execution of this contract unless otherwise stated herein.  Whenever specifications, Naval Sea Systems Command (NAVSEA) Standard Items (NSI), standards, drawings, publications or other documents undergo subsequent revisions, the contractor shall use the latest revised version during contract execution.  If future revisions result in a change to the contractor’s price, the Contractor shall promptly notify the contract administration office of the revision details and the expected impact.  The Administrative Contracting Officer (ACO) will then negotiate and incorporate the necessary changes via bilateral modification to the contract.  When future revisions result in no change to the contractor’s price, the Contractor shall utilize the latest version as soon as the change becomes known without a need for a contract modification.

(a) NAVSEA Standard Items

Category I NAVSEA STANDARD ITEMS (NSI) may be viewed on the internet at http://www.navsea.navy.mil/CNRMC/SERMC/SSRAC1/standard.aspx and shall be invoked on these contracts.

The following Category II NAVSEA STANDARD ITEMS (NSI) may be viewed on the internet at http://www.navsea.navy.mil/CNRMC/SERMC/SSRAC1/standard.aspx and shall be invoked on this contract as required:

009-11        Insulation and Lagging Requirements; accomplish

009-12        Welding, Fabrication, and Inspection Requirements; accomplish

009-15          Rotating Machinery; balance    

009-17       Rotating Electrical Equipment, repair

009-32       Cleaning and Painting Requirements; accomplish

009-33       Rotating Electrical Equipment, rewind

009-58        Pump and Driver Shaft Alignment; accomplish   

009-113      Rotating Electrical Equipment with a Sealed Insulation System (SIS); rewind  

                                                                                                                  

b) Occupational Safety and Health Act (OSHA) 29 Code of Federal Regulations (CFR) 1910

(c) Occupational Safety and Health Act (OSHA) 29 Code of Federal Regulations (CFR) 1915

(d) NAVSEA Standard Work Template 077-001, Hazardous Waste Produced on Naval Vessels; control

(e) Commander Navy Region Southwest (CNRSW) Water Quality Program (Revised July 2012) Storm Water Best Management Practices Policies and Procedures Manual Requirements for Working on Navy Piers, Wharves and Quay Wall Areas

(f) OPNAVINST 5100.23G Navy Safety and Occupational Health (SOH) Programs Manual

(g) Current SWRMC Approved Adhesive, Paint and Solvent Lists

(h) 40CFR63, Subpart II National Emission Standards for Shipbuilding and Ship Overhaul.

(i) Commander Navy Region Southwest Storm Water Best Management Practices Manual

(j) Commander Fleet Forces Command Instruction (COMFLTFORCOMINST) 4790.3 Work Authorization Form (WAF)

(k) SWRMC Local Standard Item 099-77SW, Single Barrier to the Sea and Cofferdam Installation; accomplish

(m) Naval Facilities (NAVFAC) P-307, Management of Weight Handling Equipment

(n) Base Support Vehicles & Equipment (BSV&E) Standard Operating Procedure (SOP) #06-2, Naval Base Coronado Crane Oversight

(p) BSV&E Standard Operating Procedure #06-3, Naval Base San Diego Crane Oversight Plan

(q) BSV&E Standard Operating Procedure #06-4, Naval Base Point Loma Crane Oversight Plan

(r) MIL-STD-777F; Schedule of Piping, Valves, Fittings, and Associated Piping Components for Naval Surface Ships

(s) S9086-T8-STM-010; Naval Ship’s Technical Manual Chapter 593; Pollution Control

(t) 0900-LP-060-2020; Electrical Machinery Overhaul,

(u) S9086-CJ-STM-010; Naval Ship’s Technical Manual Chapter 075; Fasteners

(v)  S6260-BJ-GTP-010; Electrical Machinery Overhaul, Electric Motor

(w) S9541-AN-MMA-010, Technical Manual, Lube Oil Purifier Assembly.

(x) Vendor Drawing: 801624-538, Reliance Motor

C.1.2 If the Contractor does not have copies of the referenced documents, technical manuals, military standards, procedures, and regulations etc., the Shipbuilding Specialist (SBS) must be notified so that copies can be disseminated.

C.2  GENERAL REQUIREMENTS:

C.2.1 The quality of all services rendered shall conform to the highest standard in the relevant profession, trade or field of endeavor. Without additional expense to the Government, the Contractor shall be responsible for obtaining any necessary insurance, licenses and permits, and for complying with all applicable laws, codes and regulations, in connection with the performance of the work.  The Contractor is responsible for ensuring that proper safety and health precautions are taken to protect the workers and the property of others.

C.2.2 All work being performed in this contract shall be accomplished IAW references C.1.1.(a) through C.1.1.(x) as invoked.

C.2.3 The Contractor shall provide all management, administrative services, materials, tools, equipment, labor, crane services, rigging services, scaffolding, machining, balancing, utilities (i.e. air, water and electricity, etc.) and required services and support to accomplish the work specified in this contract.

C.2.4 The Contractor may utilize government utilities available at the pier.  It is the Contractor’s responsibility to arrange for, coordinate with, meet the requirements of, and pay Naval Facilities –Southwest (NAVFAC-SW) for use of government utilities. In the event government utilities are not available, the contractor shall provide required services and support to accomplish the work specified in this contract.

C.2.5 The Contractor shall provide all cranes necessary to accomplish the work under this contract, including floating cranes when required and cranes with a boom capacity great enough to reach ships berthed second ship out IAW reference C.1.1.(a) and C.1.1.(m) through C.1.1.(q).

C.2.6 The Contractor shall comply with the Occupational Safety and Health Standard for Shipyard Employment (CFR, Title 29, Part 1915) promulgated under Public Law A85-742, Amended Section 41 of the Longshoremen’s and Harbor Workers Compensation Act (33 U.S.C.942) and adopted by the Department of Labor as Occupational Safety and Regulations, for all work being performed under this contract on the navigable waters of the United States including any dry-dock or marine railway.  Nothing contained in this contract or any contract there under shall be construed as relieving the Contractor from any obligation, which it may have for compliance with the aforesaid regulations IAW reference C.1.1.(b).

C.2.7 The Contractor shall immediately notify the ACO and SBS verbally and in writing or electronic means of difficulties that may jeopardize the completion of specified work.

C.2.8 The Government will not be responsible for work delays or stoppages caused by the Contractor’s failure to comply with registration and access requirements. Similarly, the Government shall monitor and take appropriate action against Contractors who repeatedly or egregiously violate access control requirements.

C.2.9 Work may be required outside normal working hours.  Normal working hours are defined as between 6:00 AM and 6:00 PM, Sunday through Saturday.

C.2.10 The Contractor shall notify the Ship’s Authorized Representative (SAR) prior to start of work noting equipment and systems that require isolation so that “Tag Outs” can be accomplished as required. The Contractor shall ensure complete tag-out of the Primary System and Subsystems are accomplished prior to the execution of the disconnection, onsite manning and removal process of the NR-1 LUBE OIL PURIFIER Motor.

C.2.11 The Contractor shall follow procedures for system tag-out IAW references C1.1.(a), including 009-24 and C.2.10.

C.2.12 The contractor is responsible for coordinating with Ship’s Force on the installation and removal of cofferdams as required in accordance with Shipboard Operating Procedures (SOP), C.1.1(a) and C.1.1(k). 

C.2.13 The Contractor shall notify the SAR immediately when all work required by the contract is completed and the system is ready for activation and removal of tags.

C.2.14 Nothing in this contract shall relieve the Contractor from complying with applicable federal, state and local laws, codes, ordinances and regulations, including, but not limited to obtaining of licenses and permits, in connection with the use of hazardous material and the generation of hazardous waste in the performance of this contract.

C.2.15 The Contractor shall submit a Test and Inspection Plan (TIP) and Production Schedule specific to the contract.  The TIP and Production Schedule shall be submitted to the SBS and Quality Assurance Specialist (QAS) no later than 1 day prior to the start of productive work under this contract.

C.2.16 The applicable line items in this contract shall include the cost of all parts and materials for the Overhaul of the NR-1 LUBE OIL PURIFIER MOTOR and any required scaffolding, crane services and rigging services, lifting, handling, transporting, on-loading, off-loading, removal, crating, and shipping, gas-free certifications, installation, shop testing, and shipboard testing of the NR-1 LUBE OIL PURIFIER MOTOR as specified in this contract.

C.2.17 The Contractor shall be responsible for the removal of all interferences necessary to accomplish the work specified on this contract and 009-23. The Contractor shall reinstall all previously removed interferences/equipment upon completion of the work specified in this contract.

C.2.18 The Contractor shall coordinate with the SAR for the removal of and the re-installation of portable deck plates and gratings by ships force.

C.2.19 To ensure no delay, the Contractor shall coordinate schedules of work-affected areas with ships force daily.

C.2.20 The Contractor shall ensure required engineering controls to prevent environmental pollutant discharges from work areas and safety boundaries are in place prior to the start of the pump/motor removal and installation process.

C.2.21 The Contractor shall be responsible for the removal and disposal of fuel, bilge water, deck water, oily water, fuel sludge, and debris created by the performance of work hereunder, from the ship and from the Naval Facility IAW all appropriate regulations and references C.1.1.(a) through C.1.1.(s).

C.3  SCOPE OF WORK:

Within 24 hours of the issuance of the Purchase Order, the Contractor shall submit one legible copy, in hard copy or approved transferrable media, a comprehensive Condition Found Report (CFR) to the SBS identifying discrepancies associated with the equipment/areas specified in this contract.  The Contractor shall be responsible for discrepancies or damages not noted in the initial CFR.

C.3.2 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of subsequent CFR’s identifying discrepancies or damages associated with the description of work to the SBS within 4 hours of conditions found.

C.3.3 Prior to the start of work under this contract the Contractor shall ensure that the required Work Authorization Form (WAF) is properly filled out and authorized IAW the ships WAF Program and reference C.1.1.(d).  The authorized WAF shall be posted at the primary and secondary entrances to the location of work.  In the event the ship does not have an established WAF program, the Contractor will provide the necessary documents.

C.3.4 The Contractor shall be responsible for cleanup of any spills and/or mitigation of hazards associated with the work being performed hereunder, from the ship and from the Naval Facility IAW all applicable regulations and references C.1.1.(a) through C.1.1.(i) and C.1.1.(s).

C.3.5 The Contractor will be responsible for the cleanliness of the work area.  All waste created by the Contractor as a result of the NR-1 LUBE OIL PURIFIER MOTOR overhaul specified herein, shall be removed from the ship at the end of each shift.

C.4   INSPECTION PROCEDURES:

C.4.1  (I) Inspections require verification and documentation by a separate individual, other than the person who has accomplished the work, who is qualified as an inspector and currently certified where required by the technical documents (e.g., NAVSEA Basic Paint Inspector {NBPI}, National Association of Corrosion Engineers {NACE}, non-destructive testing, electrical cableway inspections, etc.).

C.4.2 (V) Inspections require verification and documentation by the qualified tradesperson, trade supervisor, or inspector.

C.4.3 (Q) Inspections require verification and documentation by a qualified Technical Representative IAW reference C.1.1. (a) 009-90 and associated PCP requirements.                                     

C.4.4 (G) A symbol inserted in a work item to establish a point in the sequence of accomplishment of work at which time the SBS shall be notified by the prime contractor in all cases to permit observation of a specific test or inspection (I) (V) (Q) by the government.

C.4.5 For (G) checkpoints scheduled during normal working hours, the Contractor shall notify the SBS of checkpoints via electronic method.  Notification shall be at least four hours, but not more than one working day, prior to commencing the specific requirements in the paragraph annotated with the symbol (G).  Notify the SBS not later than four hours before the end of the last preceding day shift when tests or inspections following a (G) checkpoint is scheduled after normal day shift working hours, on a weekend, or on a federal holiday.  Notify the SBS at least 48 hours, but not more than 72 hours, prior to commencing (G) checkpoints Contractor's/Subcontractor’s plants located in excess of 50 miles by the most direct roadway nearest to the place of performance of the contract.  Document the date, time, and identification of the SBS notified.

C.4.6 For (G) checkpoints scheduled during normal working hours, the Contractor shall notify the SBS for cancellation of the scheduled test or inspection as soon as known, but no later than one hour prior to the scheduled check point.

C.4.7 For (G) checkpoints scheduled after normal working hours, on a weekend, or a federal holiday, the Contractor shall notify the SBS to cancel a scheduled test or inspection as soon as known, but no later than two hours prior to the scheduled check point.

C.4.8 The Contractor shall comply with applicable federal, state, and local laws, codes, ordinances, and regulations in their entirety.  Any reference to a specific portion of a federal, state, or local law, code, ordinance, or regulation in this or any other item shall not be construed to mean that relief is provided from any other sections of the law, code, ordinance, or regulation.

C.5   PUMP AND MOTOR UNIT ASSEMBLY REMOVAL, OVERHAUL & REWIND, AND DELIVERY PROCEDURE:

C.5.1 The contractor shall accomplish all work hereunder to comply with the overhaul of the NR-1 LUBE OIL PURIFIER MOTOR listed IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).  The overhaul of the NR-1 LUBE OIL PURIFIER MOTOR shall to include replacement of the shaft sleeves, shaft build-up, bearings, lubrication fittings, o-rings, gaskets, slingers, mechanical seal, case and wearing rings.

C.5.1.1 Accomplish the overhaul of the NR-1 LUBE OIL PURIFIER MOTOR in accordance with NAVSEA Standard item 009-113 to include the installation of new bearings, removal and installation of GFM coupling, thermistors, seals, o-rings, gaskets, fittings, lock washers, locknuts, flexible connectors, conduit and ground straps in accordance with the requirements of the contract and the statement of work.  Additional work also covers the build-up and machining of the bearing housings or motor shaft when required. 

C.5.2 To accomplish the overhaul of the NR-1 LUBE OIL PURIFIER MOTOR, the work shall include required support and services to pick up the NR-1 LUBE OIL PURIFIER MOTOR from the pier, transport, disassemble, inspect, reporting, overhaul, clean, re-assemble, adjust, shop test and reinstall back onto the ship for op-testing IAW references C.1.1.(a) through C.1.1.(x) including 009-113.

(V)  “Prior To Removal Inspection”

C.5.3 The Contractor shall inspect piping alignment, equipment foundation, flexible hoses, lagging, insulation, painting, flanges, valve conditions, fasteners, wiring, junction box, and areas adjacent to the equipment prior to removal IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).  Allowable leakage, binding, and defects:  NONE.

C.5.3.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of C.5.3 to the SBS.  Report shall include any misalignment, missing items, damages, and defects which would preclude the removal and installation of equipment.

C.5.4 The Contractor shall disconnect the NR-1 LUBE OIL PURIFIER MOTOR  from the associated piping and remove from the foundation IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).  Mark and retain foundation and piping fasteners. Transport NR-1 LUBE OIL PURIFIER MOTOR to shop for overhaul.

(V)(G) “Disassembly: Motor Parts Inspection” 

C.5.5 The Contractor shall conduct an inspection of NR-1 LUBE OIL PURIFIER MOTOR parts after disassembly prior to the start of overhaul.  Document and submit to the SBS the inspection results to include evidence of damage, missing, or defective parts and results of measurements taken.

C.5.5.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.5 to the SBS. Report shall include a listing of damaged, missing, or defective parts and the results of measurements taken.

C.5.5.2 In the event the requirements stated in the SOW has changed, the Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the recommendations of overhaul requirements other than what is stated in C.5.5 to the SBS. The change in scope will require the Contractor to submit a revised estimated cost towards the performance of the new overhaul recommendation.

  

C.5.5.3 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.5.2 to the SBS.

C.5.6 The Contractor shall accomplish the rewind of the motor IAW references C.1.1.(a) through C.1.1.(x) including 009-113 The overhaul of the motor shall include the replacement new bearings, seals, o-rings, gaskets, fittings, lock washers, locknuts, flexible connectors, flexible conduit, shaft build-up, shaft alignment, ground straps, lock/spring, nuts/bolts, painting of motor and lubrication of fittings IAW C.1.1.(t) through C.1.1.(x) and 009-113. 

 

C.5.6.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a detailed CFR listing the results of the requirements of C.5.7 to the SBS.

C.5.6.2 For parts and materials not covered in the performance of the work IAW C.1.1.(t) through C.1.1.(x) and 009-113, and identified during Motor Parts Inspection disassembly inspection under C.5.5, C.5.5.1 and C.5.5.2, the Contractor shall notify the ACO that section C.17 ORDERING ADDITIONAL WORK of the SOW shall be invoked.

C.5.6.3 The Contractor shall submit a COPA (Change Order Price Analysis (COPA) listing a full breakdown of the labor, parts and materials to support the COPA to the ACO and the SBS.  

(V) “Assembly: Motor Parts Inspection”

C.5.7 The Contractor shall assemble the overhauled NR-1 LUBE OIL PURIFIER MOTOR and prepare for testing IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).  Measure and record final installation readings, measurements, and clearances. 

C.5.7.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of C.5.8 to the SBS.

 (V)(G) “Shop Operational Test”

C.5.8 The Contractor shall accomplish a shop operational test of the overhauled NR-1 LUBE OIL PURIFIER MOTOR in accordance with C.1.1 (a) C.1.1 (t) thru C.1.1(x). Allowable binding and defects:  None.

C.5.8.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a detailed CFR listing the results of C.5.9 to the SBS.

(V)(G) “Piping Alignment Inspection” 

C.5.9 The Contractor shall inspect piping alignment at reinstallation IAW reference C.1.1.(a), including 009-58.  Piping shall be supported independently and shall not impose a strain on the equipment.  Allowable leakage, binding and defects:  None.

C.5.9.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.9 to the SBS.  

C.5.10 The Contractor shall loosen the motor foundation fasteners to accomplish the alignments and adjustments IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). Tighten motor foundation fasteners as required after completion of alignments and adjustments. 

C.5.10.1 Procure new dowel pins and install after completion of alignment and adjustment procedures IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).

C.5.10.2 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.10, C.5.10.1and C.5.10.2 to the SBS.  

(V)(G) “Shipboard Operational Test”

C.5.11 The Contractor shall accomplish a shipboard operational test of the NR-1 LUBE OIL PURIFIER MOTOR at full capacity IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). Measure and record shipboard operational test data. Allowable binding and defects:  None

C.5.11.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.11 to the SBS.  

C.5.12 The Contractor shall install the NR-1 LUBE OIL PURIFIER MOTOR  onto the existing foundation and to the associated piping using new gaskets and the fasteners retained in C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).

C.5.13 The Contractor shall install new insulation, lagging, and reusable covers on disturbed insulation, lagging, and reusable covers IAW 009-11 of C.1.1.(a).

C.5.14 The Contractor shall accomplish the requirements of 009-32 of C.1.1.(a) for new and disturbed surfaces.

(V)(G) “Final Inspection/Damage Inspection”

C.5.14 The Contractor shall inspect the NR-1 LUBE OIL PURIFIER MOTOR  and associated components to include equipment removal, cleanliness, painting and lagging after completion of all work requirement IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). Allowable defects:  NONE.

C.6  DELAYS AND DISRUPTIONS:

C.6.1 The Contractor shall coordinate his work efforts on a daily basis with the SAR to schedule his work to avoid delays and disruptions.  More than one Contractor working in the same area is a normal condition encountered during ship overhaul periods.  Delays caused by these events will be at no cost to the Government.

C.6.2 Drills, shifting of berths and piers, inspections, serving of meals, official ceremonies, additional security requirements, operation of equipment and scheduled meetings are to be considered normal evolutions to be encountered when working on board naval installations and vessels rather than unusual occurrences.  Delays caused by these events will be at no cost to the Government.

C.6.3 The Contractor shall be responsible for relocation of own equipment in the event of berth shifts, pier shifts, repositioning of the ship and outboard another vessel.

C.6.4 The Contractor shall be responsible for coordinating work efforts with other Contractors working in the same or adjacent areas on board naval vessels.

C. 7  PROGRESS MEETINGS/REPORTS:

C.7.1 The Contractor shall participate in daily or weekly progress meeting(s) as required.  The Contractor shall be prepared to address all facets of the work including but not limited to schedule and/or problems with the ongoing work and the proposed actions to be taken to resolve these problems.

C.7.2 The Contractor shall provide a progress report of this contract to the SBS, on Monday or the first business day of each week, no later than 8:00 a.m. 

C.8   DELIVERY OF SERVICE:

C. 8.1 The Contractor shall commence work on each contract within 24 hours of the start of the Period of Performance (POP).  The Contractor must also be capable of performing multiple contracts at the same time.

C.8.2 The services to be furnished for the removal, replacement, alignment, delivery, installation, and testing of the Motor in the contract shall be completed within the POP stated in the contract, except that when the need of the Government permits, the contract may provide a longer time of delivery.

C.8.3      The Contractor shall take note that the equipment to be removed and replaced under this contract are on U.S. Naval Ships and other Government vessels and may be contaminated with, but not limited to: grease, oil, sewage, varying thickness of paint (cured and uncured), various paint systems such as polyurethane, enamel and / or other substances that may be found aboard ship.

C.9  SECURITY REQUIREMENTS:

C.9.1 The Contractor shall submit a list providing security information to the SWRMC Security Management Office via e-mail at [email protected] no later than five days after the contract award date.  The data is to include the list of all Contractor personnel supporting the contract effort, social security numbers, addresses, citizenship, and level of clearance.   The Contractor shall submit a new list whenever there is any change in the security information listing.

C.9.2 The Contractor shall issue each employee an identification card containing the employee's picture, which shall be utilized for positive identification. The card shall be worn in a visible location when employee is on Government property.   For additional identification, the Contractor’s employee shall also display visible representation of the company name or logo.

C.10  HAZARDOUS WASTE:

C.10.1 All waste generated deemed non-hazardous shall be removed from the pier daily and will not be allowed to accumulate.  Waste generated deemed as hazardous shall be removed from the pier no later than the last day of the assigned performance period.

C.10.2 The Contractor shall submit a copy of all reports of chemical analysis or other documents evidencing identification of the hazardous waste to SWRMC Environmental Department Code 106B upon completion of each contract. 

C.10.3  The analysis of any waste requiring the services of a testing laboratory (e.g., liquids, used cleaning solvent material) shall be performed by a laboratory certified by the California Department of Public Health (CDPH) to be competent and equipped to conduct the specific type of analysis to be performed.

C.10.4  The Contractor shall comply with the requirements of NAVSEA Standard Work Template 077-001 Hazardous Waste Produced on Naval Vessels; control IAW references C.1.1.(a) through C.1.1.(i) and C.1.1.(s).

C.10.5  The Contractor shall submit one legible copy, in hard copy or approved transferrable media of the  hazardous waste manifest form signed by the owner or operator of the disposal facility to the supervisor within 48 hours of receipt from owner or operator of disposal facility IAW C.1.1.(a) through C.1.1.(i) and C.1.1.(s).

C.11  STANDARDS OF WORKMANSHIP:

C.11.1  The quality of all services rendered shall conform to the highest standard in the relevant profession, trade or field of endeavor.  All services shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade, or field, and holding any licenses required by law.

C.11.2  None of the services required by this contract shall be subcontracted to or performed by persons other than the Contractor or the Contractor’s employees without the prior notification of the Contracting Officer.

C.12 DELIVERY OF SERVICE:

C.12.1 The Contractor shall commence work on this contract within 24 hours of the start of the Period of Performance (POP).  The Contractor shall complete the work requirement specified in this contract within the POP provided which includes weekends and holidays.

C.12.1.1 The Contractor must also be capable of performing multiple contracts at the same time.

C.12.2 The services to be provided for the overhaul, overhaul, and rewind of the NR-1 LUBE OIL PURIFIER MOTOR shall be completed within the Period of performance stated in the contract, except that when the need of the Government permits, the contract may provide a longer time of delivery.

C.13  BILLING/INVOICING:

At the time of billing/invoicing, the Contractor shall provide to the SBS, two hard copies of all information, (i.e., Contract, modifications, CFR’s, Production Schedule, TIP, PCP, WAF, check points, motor data sheets, alignment data collection forms, disassembly, assembly, and final installation readings and measurements, inspection reports, no-load shop test results, shop operational test results, shipboard operational test results, hazardous waste reports compiled during the performance of the work for this contract.

C.14  GOVERNMENT FURNISHED MATERIAL (GFM): 

When Required

 C.15  CONTRACTOR FURNISHED EQUIPMENT:

C.15.1 The Contractor shall furnish all necessary services, materials, and equipment to perform work required by this contract.

C.15.2 The Contractor shall be responsible for maintaining all Contractor Furnished Equipment (CFE). CFE shall be properly calibrated, tested and in state of overhaul that is ready for use, to the extent necessary to avoid impacting the performance requirements of this contract.

C.15.3 The Contractor shall ensure all CFE are located neatly out of walk ways and shall not pose a trip hazard.

C. 16  NON-NAVY OWNED CRANES:

The Contractor shall adhere and follow the requirements of references C.1.(m) through C.1.1.(q).

The following is a list of minimum requirements that Contractors shall comply with for all contracts that may result in the use of a crane for the accomplishment of work. 

The Contractor shall notify the contracting officer, in advance, of the intent of bringing a non-Navy owned crane onto a Navy shore installation.  All entries shall be through a prearranged entry point IAW references C.1.1.(m) through C.1.1.(q).

The Contractor shall comply with the applicable American Society of Mechanical Engineers (ASME) standards (e.g., B30.5 for mobile cranes, B30.22 for articulating boom cranes, B30.3 for construction tower cranes, and B30.8 for floating cranes).  For barge mounted mobile cranes, a load indicating device, a wind indicating device, and a marine type list indicator readable in one-half degree increments are required.  In addition, the Contractor shall comply with specific naval crane safety and operation regulations/standards specifically required by the Navy shore installation and state or local Government. 

The Contractor shall certify that the crane and rigging gear meets applicable Occupational Safety and Health Administration (OSHA) regulations by providing a Certificate of Compliance.  The Certificate of Compliance can be downloaded from the NAVFAC Naval Crane Center website, https://www.navfac.navy.mil/navfac_worldwide/specialty_centers/ncc/about_us/resources/p307/p307_forms.html.  The Contractor must cite which OSHA regulations are applicable, e.g., cranes used in cargo transfer shall comply with 29 CFR 1917; cranes used in construction, demolition, or maintenance shall comply with 29 CFR 1926; cranes used in shipbuilding, ship overhaul, or ship breaking shall comply with 29 CFR 1915.

The Contractor shall also certify that all of its crane operators working in the naval activity have been trained not to bypass safety devices (e.g., anti-two block devices) during lifting operations.  The Certification of Compliance form shall be posted on the crane.  For mobile cranes with original equipment manufacturer (OEM) rated capacities of 50,000 pounds or greater, the crane operators shall be designated as qualified by a source that qualifies crane operators (i.e., union, a Government agency, or an organization that tests and qualifies crane operators).  Proof of current qualification shall be provided.  The Contractor shall certify that the crane operator is qualified and trained for the operation of the crane to be used. 

The Contractor shall provide a critical lift plan to NAVFAC for concurrence prior to the lift IAW references C.1.1.(m) through C.1.1.(q).  For each of the following lifts: lifts over 75 percent of the capacity of the crane or hoist (lifts over 50 percent of the capacity of a barge mounted mobile crane’s hoists) at any radius of lift; lifts involving more than one crane or hoist; lifts of personnel; and lifts involving non-routine rigging or operation, sensitive equipment, or unusual safety risks.  The plan shall include the following as applicable:

   a. The size and weight of the load to be lifted, including crane and rigging components that add

         to the weight.  The OEM's maximum load capacities for the entire range of the lift shall also

       be provided.

   b. The lift geometry, including the crane position, boom length and angle, height of lift, and

       radius for the entire range of the lift.  This applies to both single and tandem crane lifts.

   c. A rigging plan, showing the lift points, rigging gear, and rigging procedures.

   d. The environmental conditions under which lift operations are to be stopped.

   e. For lifts of personnel, the plan shall demonstrate compliance with the requirements of

       29 CFR 1926.550(g). 

   f. For barge mounted mobile cranes, barge stability calculations identifying barge list and trim

      based on anticipated loading; and load charts based on calculated lists and trim. The amount

      of list and trim shall be within the crane manufacturer’s requirements.

The Contractors shall notify the contracting officer as soon as practicable, but no later than four hours after any weight handling equipment (WHE) accident.  The Contractor shall investigate and report all accidents IAW reference C.1.1.(m), Section 12.

C.17  ADDITIONAL PROVISIONS:

C.17.1  The Contractor(s) awarded a contract as a result of the solicitation will be required to have in place, no later than the contract award date, a SWRMC approved Quality Management System (QMS) IAW reference C.1.1.(a), 009-04 and the most current International Organization for Standardization (ISO). 

C.17.2  The Contractor shall be required to only use products for preservation authorized on the Qualified Products Database (QPD) in compliance with reference C.1.1.(a).

C.18 CONTRACTING ADDITIONAL WORK:

C.18.1 The following procedure will be used to order additional work (any work related to NR-1 LUBE OIL PURIFIER Motor services that is not covered by a fixed price line item) which is necessary to satisfactorily complete any pump and motor overhaul services work under this contract.  Such work may be called for by the issuance of a contract modification, by the Contracting Officer, during the term of the contract.

C.18.2 During the course of work under other fixed price contract line items, the contractor shall

promptly recommend to the Contracting Officer, in writing, additional work as he discovers the need for such work.  Concurrently, the contractor shall quote a price and delivery time for the additional work.  The Contracting Officer shall promptly review the recommendation and may, after reaching agreement with the contractor, issue a contract modification. The Government has no obligation under this paragraph to issue any contract modification.

C.18.3 The contractor shall not proceed with the additional work until a contract modification has been issued.  Whenever the Contracting Office determines that it is in the interest of the Government not to delay performance of the work while a price is being negotiated, the Contracting Officer may specify in the delivery/contract modification that the contractor shall proceed with additional work.  In every case, prior to completion of the work called for therein, the parties shall negotiate a price and delivery schedule as expeditiously as possible and modify the contract accordingly.

C.18.4 Government requirements for additional work shall be issued as contract modifications under this contract by the Contracting Officer.  The Contracting Officer will negotiate a firm fixed amount of man-hours and material dollars with the contractor.  The price of the contract for additional work will be based on negotiated man hours multiplied by the hourly rate bid for additional work in Section B, plus negotiated material dollars.

a. In negotiating the fixed price for materials, the contractor shall submit quotes or invoices for the material required.  The negotiated price for materials on undisclosed work shall be the quote or invoice price submitted by the contractor for actual materials plus transportation charges, both subject to verification by the Government as to reasonableness.  The Government will not pay any material handling charges under material items.  Any material handling charges incurred by the contractor should be included as a factor in the hourly rate for additional work.

b. In negotiation a fixed number of man hours for additional work, the contractor’s proposal shall include quality assurance, engineering and supervision hours, in additions to trade hours required to accomplish the work as long as the hours proposed are not covered by an indirect cost pool under the contractor’s accounting system.  All hours treated as indirect hours under the contractor’s accounting system must be accounted for as a factor included in the hourly rate.  The Government will not agree to pay for separate indirect hours in the man hour negotiations.

The full text FAR and DFAR references may be accessed from https://acquisition.gov.

Standard Commercial Warranties apply:

52.212-1 Instructions to Offerors – Commercial Products and Commercial Services MAR 2023

(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 05 June 2023, 10:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:

Southwest Regional Maintenance Center, (SWRMC)
Email: citing the solicitation number in the subject line - N5523623Q0137
Email Addresses: [email protected] and [email protected]

All questions shall be received no later than 24 May 2023 at 10:00 AM (Pacific).

52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products and Commercial Services NOV 2021.


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

EVALUATION FACTORS FOR AWARD

The subject solicitation will be processed using FAR Part 13.

1.0 General. The Government will award the contract to the vendor who represents the best value to the

Government. The Government will determine best overall value on the basis of the evaluation factor described

below in 3.0.

2.0 Quote. The Government will determine the acceptability of each quote on a pass or fail basis. The

Government will consider a quote to be acceptable when it (1) manifests the vendor’s assent, without exception or

imposition of condition, to the terms and conditions of the RFQ, including attachments and documents incorporated

by reference, and (2) includes material information required by the solicitation. If you (a) take exception to any of

the terms and conditions of the RFQ, (b) impose additional conditions, (c) omit material information required by the

RFQ, or (d) fail to provide written acknowledgement of all amendments issued, then the Government will consider

your quote to be unacceptable and you to be ineligible for contract award. The Government reserves the right to change the terms and conditions of this RFQ by amendment at any time prior to the source selection decision.

3.0 Evaluation Factors. The evaluation factors that will be used are price, technical acceptability, and past

performance. A offeror receiving a rating of Unacceptable in past performance, or Unacceptable for technical

acceptability, or if their price is considered unreasonable, alone, will be sufficient to result in the offeror not being

offered the purchase order, regardless of the ratings received for the remaining evaluation factors.

3.1 Price. The Government will evaluate the proposed price of each quote for reasonableness in accordance with

FAR 13.106-3. Your total evaluated price will be the sum of CLIN 0001.

3.2 Technical Acceptability. The Government will evaluate if the offeror has an approved Quality Management System (QMS) from a Regional Maintenance Center (RMC) per NAVSEA Standard Item 009-04 no later than the contract award date, an approval letter is encouraged to be submitted with the offer. The offeror is to provide a quote that identifies, at a minimum, the total labor hours, any subcontractor activity use (staging, rigging, NDT, etc.), and total price. Additionally, the offeror shall provide a capability statement, in the quote or a firm’s cover letter, specific to this requirement. Technical Acceptability will be on an acceptable or unacceptable basis.

3.3 Past Performance. The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the statement of work, the source of the information, the context of the data

and general trends in the offeror’s performance and any associated risk. The Government’s evaluation of your past

performance will be subjective and based on performance evaluations available in the automated Supplier Performance Risk System (SPRS) database. In addition, the Government will also consider the extent of the offeror’s ability to perform previous contracts successfully in the areas of: (a) technical; (b) schedule; and (c) management.

4.0 Basis of Award. The Government will make a source selection based on the Lowest Price Technically Acceptable method in accordance with FAR 13.106-2(b)(3). An offeror must propose a reasonable price and be

rated as “Acceptable” in all non-price factors to be eligible for award. Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

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

(End of provision)

B. 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services DEC 2022. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration.  If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete).  Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award.

C. FAR 52.212-4 - Contract Terms and Conditions -- Commercial Products and Commercial Services DEC 2022

APPLICABLE PROVISIONS AND CLAUSES:

The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.

The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov.


The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-7 System for Award Management OCT 2018

52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-26 Covered Telecommunications Equipment or Services-Representation OCT 2020
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 and

                   Federal Law FEB 2016
52.212-4 Contract Terms and Conditions--Commercial Items DEC 2022

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023

52.242-15 Stop-Work Order AUG 1989

52.242-17 Government Delay of Work APR 1984

52.246-2 Inspections of Supplies – Fixed Price AUG 1996

52.246-16 Responsibilities for Supplies APR 1984

52.252-2 Clauses incorporated by reference FEB 1998

52.252-6 Authorized Deviations in Clauses NOV 2020
252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011

252.203-7002 Requirements to Inform Employees of Whistleblower Rights DEC 2022

252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7000 Disclosure of Information OCT 2016

252.204-7003 Control of Government Work Product APR 1992

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

                        Information JAN 2023

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023

252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support JAN 2023

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023

252.223-7008 Prohibition of Hexavalent Chromium JAN 2023

252.225-7000 Buy American – Balance of Payments Program Certificate NOV 2014

252.225-7001 Buy American and Balance of Payment Program JAN 2023

252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022

252.225-7048 Export Controlled Items JUN 2013

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7006 Wide Area Work Flow Payment Instructions. JAN 2023

252.232-7010 Levies on Contract Payments DEC 2006

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023

252.244-7000 Subcontracts for Commercial Items JAN 2023

252.246-7003 Notification of Potential Safety Issues JAN 2023

252.247-7023 Transportation on Supplies by Sea JAN 2023


52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (MAR 2023)


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

           (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

           (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).

           (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

           (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

           (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).

           (6) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

           (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

      (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

  1. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).
  2. 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)).
  3. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).
  4. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
  5. 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).
  6. 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) (15 U.S.C. 657a).
  7. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
  8. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
  9. 52.219-14, Limitations on Subcontracting (FEB 2023) (DEVIATION 2021-O0008).
  10. 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) (15 U.S.C. 657f).
  11. 52.219-28, Post Award Small Business Program Representation (MAR 2023) (15 U.S.C. 632(a)(2)).
  12. 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) (15 U.S.C. 637(m)).
  13. 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) (15 U.S.C. 637(m)).
  14. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).
  15. 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
  16. 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).
  17. 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
  18. 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
  19. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).
  20. 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
  21. 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).
  22. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
  23. 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

      (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

  1. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).

      (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

           (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

           (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

           (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

      (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

                (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509).

                (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

                (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).

                (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

                (v) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

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

                (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).

                (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

                (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).

                (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

                (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

                (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

                (xiii) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O 13627).

                (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

                (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

                (xvi) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).

                (xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).

                (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

                (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).

                     (B) Alternate I (Jan 2017) of 52.224-3.

                (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).

                (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

                (xxii) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.

                (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

           (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order.
C-202-H001 Additional Definitions – Basic OCT 2018

C-215-H002 Contractor Proposal NAVSEA OCT 2018

F-242-H001 Contractor Notice Regarding Late Delivery OCT 2018

G-232-H002 Payment Instructions and Contract Type Summary for Payment Office JUN 2018

G-232-H005 Supplemental Instructions Regarding Invoicing JAN 2019

G-242-H001 Government Contract Administration Points of Contact and Responsibilities OCT 2018

PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.

D-211-H005 Identification Marking of Parts – Alternative I OCT 2018

DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
 

SPECIAL CONTRACT REQUIREMENTS:

Please submit your quote via e-mail to Aric Timm, [email protected] (primary), and Ricardo Barraza-Cobos, [email protected] (secondary).

QUOTES must be received by the destination inbox no later than *26 May 2023, 10:00 AM (Pacific)* or they will not be considered for award.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Washington navy yard District of columbia 05 Sep 2025 at 8 PM
Pennsylvania 31 Dec 2099 at 9 PM
Pennsylvania 31 Dec 2099 at 9 PM
Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Pennsylvania 24 Jul 2025 at 4 AM (estimated)