Touch Labor Production Support for Portsmouth Naval Shipyard

Agency: DEPT OF DEFENSE
State: Maine
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 336611 - Ship Building and Repairing
Posted Date: Apr 18, 2024
Due Date: Apr 28, 2024
Solicitation No: N3904023R0008
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Touch Labor Production Support for Portsmouth Naval Shipyard
Active
Contract Opportunity
Notice ID
N3904023R0008
Related Notice
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 18, 2024 04:03 pm EDT
  • Original Published Date: Jul 05, 2023 01:57 pm EDT
  • Updated Date Offers Due: Apr 28, 2024 01:00 pm EDT
  • Original Date Offers Due: Aug 20, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 29, 2025
  • Original Inactive Date: Aug 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

*** Amendment one (1) was issued on 7/20/23. The purpose of this Amendment is to respond to Questions 1 through 8 from industry and to revise the Solicitation as noted in the responses to those questions. All other terms and conditions remain the same.





*** Amendment two (2) was issued on 8/11/23. The purpose of this Amendment is to respond to Questions 1 through 38 from industry and to revise the Solicitation as noted in the responses to those questions. All other terms and conditions remain the same.





***Amendment three (3) was issued on 4/18/24. The purpose of this amendment is to:



1. Replace FAR 52.212-14, Limitations on Subcontracting (OCT 2022), with 52.219-14 Limitations on

Subcontracting (FEB 2023) (DEVIATION 2021-O0008).





2. Insert FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified

Cost or Pricing Data (NOV 2021), Alternate III (OCT 1997) and Alternate IV (OCT 2010).





3. Insert Clause G-216-H003 Ordering Process for Multiple Award Contracts (MACS) (NAVSEA) (FEB

2024).





4. Amend Factor 1, Technical Approach, by deleting the first element from Sections L and M. The

Government has determined that the content of that element will be adequately evaluated under Element 1,

General Management Approach, of Factor 2, Management Approach.





5. Amend Factor 4, Small Business Participation Plan, by (i) deleting “Past performance of the offerors in

complying with requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns, and

52.219-9, Small Business Subcontracting Plan” from Sections L and M and (ii) evaluating that information

under Factor 3, Past Performance.





6. Delete Factor 5, Total Evaluated Cost (TEC) and Price as an evaluation factor at the contract level as

authorized under FAR 15.304(c)(1)(ii) and amend Sections L and M to revise the evaluation factors and

basis for award.





7. Update Delivery Information in Section F, CLIN 0001 and CLIN 0002, Ordering Period(s) of

Performance (POP) from “30-SER-2023 TO 29-SEP-2028 “ to “01-JUN-2024 TO 31-MAY-2029”

ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.





***THIS NOTICE IS A FORMAL SOLICITATION AS A RESULT OF PRESOLICITATION NOTICE "N3904023R0008"***

Naval Sea Systems Command (NAVSEA), Portsmouth Naval Shipyard (PNS) intends to award Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs), with competition among the awardees for individual task orders to provide production support for qualified personnel capable of performing the tasks identified by trade referenced within the statement of work. The listed trades are non-commercial in nature and provide for non-nuclear production labor support using the policies and procedures of FAR Part 15, Contracting by Negotiation, FAR Subpart 16.5, Indefinite-Delivery Contracts, and FAR Subpart 19.5, Set-Asides for Small Businesses.



Perspective bidders are required to fulfill the 15 trade skills as defined in the Statement of Work. The trade skills necessary will include, but are not limited to: Marine Electrician Worker; Industrial Fire Watch/Laborer; Marine Pipefitter; Outside Marine Machinist; Marine Painter; Weighthandler (Rigger); Marine Shipfitter; Shipwright (Staging Builder); Welder; Sheet Metal, Marine Insulator (Lagger); Abrasive Blaster; Deck Tile Setter; Sound Tile Setter; and Fabric Worker.



The requirement will be solicited using full and open competition, with a portion of task orders awarded under the contracts reserved for small business concerns. The NAICS code applicable to this procurement is 336611, Shipbuilding and Repair with a size standard of 1300 employees. The Product Service Code is J998.



The contract will contain one five year Period of Perfomance. The total anticipated contract period of performance is five years.



The Government intends to procure this requirement by reserving a portion of the multiple awards for small businesses based on the anticipated monetary thresholds as follows:



•· Task orders with an estimated value of $1,000,000.00 or less are set-aside exclusively for competition among small businesses contract awardees.



•· Task orders with an estimated value over $1,000,000.00 will be solicited to all contract awardees to determine small business capability. If no small business capability is identified, the task order will be solicited utilizing full and open competition.



The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form.



Solicitation N3904023R0008 and subsequent amendments will be posted to this website (SAM.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAMs website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at SAM on the interested vendor list under N3904023R0008. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov.



All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. Please direct all questions regarding this requirement to Victoria MacLellan, Contract Specialist at victoria.b.maclellan.civ@us.navy.mil.




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

Related Document

Jan 11, 2023[Presolicitation (Original)] Touch Labor Support: MAC IDIQ
Jul 5, 2023[Combined Synopsis/Solicitation (Original)] Touch Labor Production Support for Portsmouth Naval Shipyard
Jul 20, 2023[Combined Synopsis/Solicitation (Updated)] Touch Labor Production Support for Portsmouth Naval Shipyard
Aug 11, 2023[Combined Synopsis/Solicitation (Updated)] Touch Labor Production Support for Portsmouth Naval Shipyard
Aug 21, 2023[Combined Synopsis/Solicitation (Updated)] Touch Labor Production Support for Portsmouth Naval Shipyard
Apr 22, 2024[Combined Synopsis/Solicitation (Updated)] Touch Labor Production Support for Portsmouth Naval Shipyard

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Cryogenic Fan Cleaning Services Active Contract Opportunity Notice ID N3904024Q0019 Related Notice

Federal Agency

Bid Due: 11/22/2024

Follow Cryogenic Fan Cleaning Services Active Contract Opportunity Notice ID N3904024Q0019 Related Notice

Federal Agency

Bid Due: 11/22/2024

Follow N3904024R0005- SSTG #1 and #2 Maintenace and Repair- Portsmouth Naval Shipyard Active

Federal Agency

Bid Due: 12/15/2024

bid # due date due time commodity attachments addenda 2024-077 09-May-2024 04:00 pm

University of Maine

Bid Due: 5/09/2024