YC-775 Barge Overhaul

Agency: DEPT OF DEFENSE
State: Maine
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159792235326487
Posted Date: Jun 26, 2023
Due Date: Jul 10, 2023
Solicitation No: N3904023R0016
Source: Members Only
Follow
YC-775 Barge Overhaul
Active
Contract Opportunity
Notice ID
N3904023R0016
Related Notice
Pre-N3904023R0016
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 26, 2023 12:36 pm EDT
  • Original Date Offers Due: Jul 10, 2023 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services, prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 SAM.gov. The Request for Quotation (RFQ) number is N3904023R0016. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Change 6/23/2022. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:





https://www.acquisition.gov/browse/index/far



https://www.acquisition.gov/dfars



http://www.acq.osd.mil/dpap/dars/change_notices.html.








  • The NAICS code is 336611 and the Small Business Standard is 1,300 (# of employees). This is a 100% Small Business Set-Aside solicitation.







The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:





0001 Work Item 077-01-001



Hazardous Waste Produced on Naval Vessels; Control. To be performed in accordance with Attachment 1 – Specifications





0002 Work Item 110-11-001



Underwater Hull Inspection and Repair; Accomplish. To be performed in accordance with Attachment 1 – Specifications





0003 Work Item 123-11-001



Void; Clean, Inspect, Repair and Preserve. To be performed in accordance with Attachment 1 – Specifications





0004 Work Item 582-11-001



Mooring and Towing Fitting; Inspect and Repair. To be performed in accordance with Attachment 1 – Specifications





0005 Work Item 631-31-001



Underwater Hull and Freeboard; Clean and Preserve. To be performed in accordance with Attachment 1 – Specifications





0006 Work Item 633-11-001



Hull Zinc Anode; Replace. To be performed in accordance with Attachment 1 – Specifications





0007 Work Item 634-21-001



Nonskid; Repair. To be performed in accordance with Attachment 1 – Specifications





0008 Work Item 992-11-001



Towing Service; Provide. To be performed in accordance with Attachment 1 – Specifications





0009 Work Item 992-11-002



Temporary Service; Provide. To be performed in accordance with Attachment 1 – Specifications





0010 Work Item 992-31-001



Cleaning and Pumping; Accomplish. To be performed in accordance with Attachment 1 – Specifications





0011 Work Item 997-11-001



Drydock, Fleet and Undock; Accomplish. To be performed in accordance with Attachment 1 – Specifications









See the attached DD1449 Commercial Solicitation and Attachments for details.





• Place of Performance: Contractors facility



Delivery and Pickup from Portsmouth Naval Shipyard, Kittery, ME.





• Required Period of Performance: August 1st, 2023 – October 15th, 2023







Submission Instructions



Submit your company’s quote in writing and via email. Contact Contract Specialist Tom Fuller at (207) 690-1655, or thomas.g.fuller17.civ@us.navy.mil.





We must receive your quote by the deadline specified in Block 8 on Page 1. The Government may not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not delay our purchase. The Government may also chose to accept late quotes if it determines it is in the best interest to do so.





Terms and content of your quote. Your quote must be based on the terms of this DD1449 Solicitation. We might reject any quote that is not based on these terms in their entirety. Your quote must contain all of the information described below.





Small Business Status. In order to submit a quote, you must know whether your company is a small business. The small business size standard that applies to this purchase is stated in Block 10 of the cover sheet of this RFQ, along with the North American Industry Classification System (NAICS) code on which it is based. Regardless of the information in Block 10, the small business size standard is 500 employees if you are submitting your quote in your own name but intend to provide a product that you did not manufacture yourself.





Issuance of contract. Your quote should contain your best terms. The Contracting Officer may reject any or all quotes. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government’s choice before issuing a contract. The Contracting Officer will not negotiate with any quoters other than those that submit complete solicitation packages and will not be using the formal source selection procedures described in FAR Part 15.





The Contracting Officer may issue a purchase order to other than the quoter with the lowest price.





Information to be submitted. Put the following information in your quote:



1. Number of this Solicitation;



2. Your company name, address, DUNS number (see below) and telephone number;



3. Your price and any discount terms;



4. Acknowledgement of any amendments to this solicitation;



5. A statement that you assent to all terms of this solicitation;



5a. OR include any exceptions you take to this solicitation



6. A detailed description of the service that you will provide, including any service literature that you wish to give us;



7. The terms of any warranty;



8. References to current or former customers who will attest to the quality of your product or service within the past three years, including (i) customer name, (ii) customer address, (iii) contract or purchase order numbers, (iv) persons to contact, and (v) telephone numbers







Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:



(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.



(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.



(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.



(4) A summary of the rationale for award;



(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.



(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection





Procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.





Availability of Government Documents. Controlled or technical documents as part of this solicitation may be made available upon request. Requests for additional or controlled information should be directed to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or (207) 690-1655.





System for Award Management (SAM). Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation.





DUNS Number (Data Universal Numbering System Number).Place the annotation “DUNS” or “DUNS+4” next to your name and address on the first page of your quote followed by the DUNS or DUNS+4 number that identifies the quoter’s name and address.





The DUNS+4 is the DUNS number plus a 4-character suffix that you may use at your discretion to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for your company.





Addendum to Submission Instructions





I. GENERAL



In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Products and Services” and any other instructions contained elsewhere in this solicitation, the following information is provided:



Objections to any of the terms and conditions of the RFQ may constitute a deficiency which will make the offer unacceptable.





IMPORTANT NOTES:



(1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.



(2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote.



(3) Responses should be submitted via email only



(4) Please review all specifications carefully.





II. CONTENT OF QUOTE





The offer package should address the following areas and the three evaluation factors that their proposal will be




  • DD1449 (this solicitation) with pricing and information pages completed by the vendor.

  • Acknowledgement of solicitation amendments (if not previously acknowledged).






  • Factor 1: Technical Submission

    • Submission of technical information demonstrating compliance with the specifications, including, but not limited to:

      • Work Plan to Meet Period of Performance & all requirements of this solicitation

      • The details of any/all exceptions taken to the specification.










  • Factor 2: Past Performance

    • Past performance submission to include:

      • Past Performance Information Form (attached to this solicitation)

      • Past Performance Report Form (attached to this solicitation)










  • Pricing:

    • Pricing submission to include:

      • Please provide your company’s best pricing terms on each applicable line item









The completion and submission of the above items will constitute a quote and will be considered the vendor’s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable.









EVALUATION





GENERAL





1.0. Evaluation Methodology and Basis for Issuance of an Award.





1.1. The Government intends to award a contract to the Offeror whose proposal complies with solicitation requirements and has been determined to be the most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the criteria in Section 2.0







1.3. Factor Evaluation: Proposals determined to be compliant with the requirements in 52.212-1 will be evaluated under the Technical, Past Performance, and Pricing factors based upon the criteria provided in Section 2.0 below. Only compliant proposals determined Acceptable under both Past Performance and Technical Acceptability factors will be evaluated on Lowest Price. The Government may choose to negotiate with offerors whose initial proposals are unacceptable if it is in the best interest of the Government to do so. If negotiations are determined to be in the Governments best interest, the Government will only negotiate with those offerors whose proposals do not contain significant informational deficiencies.







2.0. Evaluation Factors.





2.1. Technical Capability (Factor 1). The Government will evaluate whether the Vendor has demonstrated an understanding of and the capability to perform this requirement in a manner that conforms to the contract as determined by the Portsmouth Naval Shipyard Barge Program Manager. The Technical Capability factor will be rated at the Factor level. The Government’s evaluation of the elements, individually or collectively, will affect whether a quotation is rated Acceptable or Unacceptable.





Technical Submission



a. Whether the Vendor has submitted a thoroughly descriptive Work Plan, outlining how they intend to meet the minimum period of performance and satisfy all requirements of this solicitation





b. Whether any exceptions taken to this solicitation would affect the ability to acceptably satisfy overall requirements of this solicitation





Technical Evaluation Ratings





Adjectival Rating Description



Acceptable Submission clearly meets all requirements of the solicitation



Unacceptable Submission does not clearly meet all requirements of the solicitation









2.2. Past Performance (Factor 2).





The Government will evaluate Past Performance information provided on the Past Performance Information Form and the Past Performance Report Form to assess how well the Vendor and any proposed subcontractors, teaming/joint venture partners or affiliates (hereafter, subcontractor) performed on prior contracts / projects and to assess the likelihood of successful performance of this solicitation’s requirements. The Government will only evaluate Past Performance information that is recent and relevant and will focus on how well the contractor performed on the referenced contracts in the following areas:




  • Quality of Product of Service: The degree to which the services provided meet the requirements of the contract and the degree to which they were similar to this solicitation.






  • Delivery/Completion Schedule: The extent to which the Offeror satisfied customer requirements for contract completion in accordance with the agreed upon schedule.





The Government will use the following definitions to guide its evaluation:






  • Recent is any contract or project that has been performed within five (5) years, measured from the date this solicitation was issued. Information that fails to meet this condition will not be evaluated.






  • Relevant is defined as any contractor or project that is similar in scope and complexity to this effort.






  • Scope: Measures the similarity between the Past Performance information and requirements or tasks to be performed in the solicited effort.






  • Complexity: Measures the similarity of technical and managerial intricacy and required coordination and disciplines between the Past Performance information and the solicited effort.





The Government may consider past performance information obtained from sources other than those identified by the offeror, including Federal, State and local Government agencies, better business bureaus, published media and electronic databases including, but not limited to, Contractor Performance Assessment Reporting System (CPARS), the Product Data Reporting and Evaluation Program (PDREP), and the Supplier Performance Risk System (SPRS). The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. This information will be used for the evaluation of past performance.





The Government will use the following ratings and definitions to evaluate the Past Performance factor.






  1. Relevancy





Adjectival Rating Description



Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.



Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires





2. Confidence Assessment



Information that is not recent or relevant is not considered in the assessment of Past Performance Confidence. In conducting a performance confidence assessment, each Vendor shall be assigned one of the ratings below





Adjectival Rating Description



Relevant Based on the Vendor’s performance record, the Government has a reasonable expectation that the Vendor will successfully perform the required effort, OR the Vendor’s performance record is unknown. (See Note Below)



Not Relevant Based on the Vendor’s performance record, the Government does not have a reasonable expectation that the Vendor will be able to successfully perform the required effort.





*NOTE: In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Vendor may not be evaluated favorably on past performance (see FAR 15.305(a)(2)(iv)).







2.3. Pricing (Factor 3). The Government will evaluate Vendor’s proposed pricing information in comparison to other offeror’s submissions. The government intends to award a contract to the vendor who provides the best pricing terms, after the Past Performance (2.2) and Technical Acceptability (2.1) Factors.






  1. The Contracting Officer reserves the right to award based on the most advantageous delivery/performance schedule





This announcement will close at 6:00 PM ET local time on 10th of July, 2023. Contact Tom Fuller who can be reached by email thomas.g.fuller17.civ@us.navy.mil





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




Attachments/Links
Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >