45WB Regular Boat Overhaul

Agency:
State: Maine
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 336611 - Ship Building and Repairing
Posted Date: Feb 20, 2024
Due Date: Mar 29, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
45WB Regular Boat Overhaul
Active
Contract Opportunity
Notice ID
N3904024R0003
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 20, 2024 05:59 pm EST
  • Original Date Offers Due: Mar 29, 2024 05:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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

IMPORTANT NOTES:



- Potential Vendors will not automatically receive amendments to this solicitation and must check the SAM.gov website periodically to obtain any amendments or Q&A. At a minimum, it is recommended that Vendors check on a weekly basis.



- Availability of Government Documents: The Performance Work Statement (PWS) is controlled and may only be made available upon request. Vendors must either submit or have on file a current DD 2345 in order to receive controlled information. Requests for additional or controlled information should be directed to Hillary Kang-Parker at hillary.s.kang-parker.civ@us.navy.mil.



***************************************************************************



This is a COMBINED SYNOPSIS/SOLICITATION for commercial services, prepared in accordance with the information in FAR Part 12 and FAR Part 13.5, 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 N3904024R0003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-05 and DFARS Publication Notice 20240215. 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





This is a 100% Small Business Set-Aside acquisition. The NAICS code is 336611 and the Small Business Standard is 1,300 employees.



***************************************************************************



The Portsmouth Naval Shipyard is seeking proposals 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 - PWS Specifications



0002 Work Item 110-11-001. Underwater Hull and Freeboard; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0003 Work Item 123-11-001. Fuel Oil Tank; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0004 Work Item 123-14-001. Potable Water Tank; Inspect and Preserve. To be performed in accordance with Attachment 1 - PWS Specifications.



0005 Work Item 130-11-001. Main Deck Plating; Inspect. To be performed in accordance with Attachment 1 - PWS Specifications.



0006 Work Item 167-11-001. Watertight Door; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0007 Work Item 233-11-001. Diesel Engine Kim Hot Start Tank Heater; Install. To be performed in accordance with Attachment 1 - PWS Specifications.



0008 Work Item 243-11-001. Propeller Shafting; Remove, Inspect and Install. To be performed in accordance with Attachment 1 - PWS Specifications.



0009 Work Item 245-11-001. WB45 Propeller; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0010 Work Item 251-11-001. Main Engine Air Filter and Housing; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0011 Work Item 256-11-001. Main Engine Seawater Piping, Valve and Strainer; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0012 Work Item 259-11-001. Engine Exhaust System; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0013 Work Item 261-11-001. Fast Lube Oil Change (FLOC) System; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0014 Work Item 320-11-001. Electrical System; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0015 Work Item 332-11-001. Lighting Fixture Upgrade; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.



0016 Work Item 416-11-001. Fire Monitor System; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0017 Work Item 428-11-001. Navigation and Communication System; Install. To be performed in accordance with Attachment 1 - PWS Specifications.



0018 Work Item 438-11-001. Main Engine Wiring Harness; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0019 Work Item 512-11-001. Heating, Ventilation and Air Conditioning (HVAC) System and Control; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0020 Work Item 512-11-002. Cabin Fan; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0021 Work Item 521-11-001. Fire Pump Drive System; Repair and Align. To be performed in accordance with Attachment 1 - PWS Specifications.



0022 Work Item 561-11-001. Hydraulic System; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0023 Work Item 562-11-001. Port and Starboard Rudder; Inspect and Repair. To be performed in accordance with Attachment 1 - PWS Specifications.



0024 Work Item 611-11-001. Rubber Fender System Modification; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.



0025 Work Item 631-11-001. Interior Preservation; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.



0026 Work Item 631-31-001. Underwater Hull and Freeboard Preservation; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.



0027 Work Item 633-11-001. Hull Cathodic Protection Sacrificial Anode; Replace. To be performed in accordance with Attachment 1 - PWS Specifications.



0028 Work Item 634-21-001. Exterior Nonskid and Deck Preservation; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.



0029 Work Item 992-11-001. WB 45 Towing Service; Provide. To be performed in accordance with Attachment 1 - PWS Specifications.



0030 Work Item 992-11-002. Temporary Service; Provide. To be performed in accordance with Attachment 1 - PWS Specifications.



0031 Work Item 992-31-001. Cleaning and Pumping; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.



0032 Work Item 997-11-001. Drydocking and Undocking; Accomplish. To be performed in accordance with Attachment 1 - PWS Specifications.




  • See the attached DD1449 Commercial Solicitation and Attachments for work item details.

  • Place of Performance: Contractor's facility.

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

  • Anticipated Period of Performance: Six (6) months from 30 June 2024 through 31 January.



****************************************************************************



SUBMISSION INSTRUCTIONS: Submit your Company’s quote in writing and via email. Contact Contract Specialist Hillary Kang-Parker at hillary.s.kang-parker.civ@us.navy.mil or 207-438-6883.



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 CONDITIONS OF YOUR QUOTE: Your quote must be based on the terms of this DD1449 Solicitation. We may reject any quote that is not based on these terms in their entirety. Your quote must contain all of the information described below.



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 solicitation, 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.



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.



Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show--




  1. The solicitation number;

  2. The time specified in the solicitation for receipt of offers;

  3. The name, address, and telephone number of the offeror;

  4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

  5. Terms of any express warranty;

  6. Price and any discount terms;

  7. "Remit to" address, if different than mailing address;

  8. A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

  9. Acknowledgment of Solicitation Amendments;

  10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

  11. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with al terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



***********************************************************************



System for Award Management (SAM). Unless exempted by the Contracting Officer, you must register in SAM.gov 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 may issue the order to a different Offeror. Once registered, you must remain registered throughout performance until final payment. Please visit www.acquisition.gov for information on SAM.gov registration and annual confirmation.



Availability of Government Documents: The Performance Work Statement (PWS) is controlled and may only be made available upon request. Vendors must either submit or have on file a current DD 2345 in order to receive controlled information. Requests for additional or controlled information should be directed to Hillary Kang-Parker at hillary.s.kang-parker.civ@us.navy.mil or 207-438-6883.




  • Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.

  • 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 solicitation.

  • Responses shall be submitted via email only.

  • Please review all specifications carefully and make note of all base access requirements.



*************************************************************************



CONTENT OF QUOTE:

1. A complete and signed Standard Form 1449, “Request for Quotations.”

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

3. A point of contact, email address, phone number, CAGE code.

4. Technical Submission as noted below.

5. Past Performance Submission as noted below.

6. Pricing Information Submission as noted below.



Factor 1 – Technical Submission: Vendors shall demonstrate their technical capability by 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: To facilitate the evaluation of this factor, the Vendor shall provide no more than three (3) projects or contracts that demonstrate recent and relevant Past Performance with the major tasks identified within the PWS. The Government will only evaluate projects or contracts that have already been performed. For each contract or project, Vendors shall provide the following: (i) customer’s name, organization and contact information; (ii) contract or project number and title; (iii) dates of performance (identify the start and end dates using months and years); (iv) the dollar value of the work performed; (v) a description of the work performed and how it is relevant to the PWS; (vi) whether the prior project was performed as the prime contractor or subcontractor, (vii) any negative comments or assessments regarding compliance with safety measures, and (viii) copies of any

Contract Performance Assessment Reports or similar assessments, if available.



Past Performance submission to include:




  • Past Performance Information Form (attached to this solicitation)

  • Past Performance Report Form (attached to this solicitation)



INSTRUCTIONS FOR SUBMITTING PAST PERFORMANCE:

These forms shall be sent with the completed SF1449 on or before the due date of this solicitation to Hillary Kang-Parker, Contracting Division, Code 410, Portsmouth Naval Shipyard, Kittery, ME 03904, email: hillary.s.kang-parker.civ@us.navy.mil.





The Government reserves the right to contact references for verification or additional information.



Factor 3 - Pricing Information:



Pricing submission to include:




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

  • Price quotes shall be held firm for ninety (90) days.



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



COMMUNICATION WITH PORTSMOUTH NAVAL SHIPYARD (PNSY):

Solicitation information and amendments will be made available through the internet via Government Point of Entry

(GPE) SAM.gov. SAM.gov lists business opportunities for several naval activities including Portsmouth Naval

Shipyard. Solicitations issued by the Shipyard can be found under command/site N39040. The cognizant PNSY

Contract Specialist can be contacted at the following email address:

hillary.s.kang-parker.civ@us.navy.mil





PNSY will make the solicitation and amendments available electronically on the internet. Submissions in response to this solicitation N3904024R0003 SHALL be accepted via electronic transmission. Only quotations with signatures submitted in accordance with 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL of this combined synopsis/solicitation shall be accepted.



**********************************************************************



I. Evaluation Factors, Relative Importance, Basis for Award.



Factor 1, Technical Acceptability;

Factor 2, Past Performance, and

Factor 3, Pricing Information.



The Government intends to solicit, evaluate and award a contract resulting from this solicitation using the policies and procedures in FAR Part 12 and FAR Part 13.5. The Vendor must address the specifications in sufficient detail so that the Government can reasonably determine that the Vendor possesses the ability to successfully perform the contract. Offers that simply state they are in compliance may be considered “Unacceptable.” Submissions shall be evaluated in accordance with the factors described below. The evaluation factors represent key areas of importance to be considered in the source selection decision. The factors and associated elements have been chosen to support meaningful discrimination between and among competing proposals. As demonstrated in their submissions, Vendors shall be evaluated in terms of their ability to meet or exceed the requirements in the Performance Work Statement (PWS). The Vendor’s quotation shall demonstrate a clear understanding of the nature and scope of the work specified in the PWS. Failure to provide a complete quotation shall reflect a lack of capability to perform the work requirements and may result in a determination that the Vendor’s quotation is unacceptable. Quotations received for less than the entire requirement will not be eligible for award. Vendors receiving a rating of “Unacceptable” for any non-price factor may not be considered for an award and may not be further evaluated. The Government intends to evaluate proposals and award contracts without discussions. If discussions are held, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition.



NOTE: Awards will only be made to an Offeror that has no Organizational Conflict of Interest (OCI) as defined in FAR 9.5 or that the Government determines has provided a satisfactory mitigation plan. Offerors are advised that technical proposals may be evaluated without consideration of any proposed subcontractor which is deemed to have an OCI and for which an unsatisfactory mitigation plan has been proposed.



II. Evaluation Methodology.





Factor 1, Technical Submission:

Factor 1 is rated at the factor level; the individual elements are not individually rated, but are assessed together to

arrive at the overall rating for this factor.




  1. Element 1: Technical: The Government will evaluate whether the Vendor has submitted a technical capability plan that addresses the requirements in the Addendum to 52.212-1 in a clear and concise manner and that provides reasonable assurances that the Vendor’s plan will ensure its performance (and the performance of any subcontractors) conforms to the requirements of this contract.

  2. Element 2: Experience: The Government will evaluate whether the Vendor has clearly demonstrated that it has recent and relevant experience with the tasks identified in the PWS.



Adjectival Rating Descriptions. The Technical Capability factor will be rated using the adjectival definitions, Acceptable and Unacceptable. The individual elements will not be rated, but the Government’s evaluation of the elements, individually or collectively, will affect whether a quotation is rated Acceptable or Unacceptable.



Factor 2, Past Performance:

The Government will evaluate Past Performance of Vendors and any proposed subcontractors, teaming/joint venture

partners or affiliates (hereafter, Contractor or Vendor) to determine how well the Contractor performed on the referenced contracts and to assess the Vendor’s probability of performing the solicitation’s requirements. The Government will use information that is recent and relevant to determine how well the Contractor performed on the referenced contracts in the following areas:



(1) Recency: To be recent, the effort must have been performed during the past five (5) years from the date of issuance of this solicitation. The Vendor shall provide information on no more than three (3) previous contracts whose effort was relevant to the effort required by this solicitation. Evaluation will focus only on work experience already performed. Yet-to be performed work and experience prior to the last five (5) years will not be considered. The Government may verify past performance information. Information that fails to meet this condition or that has yet to be performed will not be evaluated.



(2) Relevancy: To be relevant, the effort must be the same as or similar in scope, magnitude and complexity to the services being procured under this solicitation. More relevant past performance will typically be a stronger predictor of future success and have more influence on the past performance confidence assessment than past performance of lesser relevance. For the Vendor’s past performance submission(s), the agency will first evaluate the Vendor’s past performance to determine how relevant a recent effort accomplished by the Vendor is to the effort to be acquired. In establishing what is relevant for this acquisition, consideration has been given to those aspects of a Vendor’s contract history that give the greatest ability to measure whether the Vendor will satisfy the current procurement. Evaluation aspects of relevancy will include similarity of scope and magnitude which are defined below:




  • Scope: Measures experience in the areas defined within the PWS. Prior projects or contracts are considered similar if they demonstrate that the Vendor has performed projects involving the major tasks identified within the PWS.

  • Magnitude: Measures similarity of the dollar values between the prior contract or project and the projected value of the future contract.



NOTE: Vendors are advised that the Government may consider past performance information obtained from sources other than those identified by the Vendor, including federal, state and local Government agencies, better business bureaus, published media and electronic databases including, but not limited to, Supplier Performance Risk System (SPRS) and Contractor Performance Assessment reporting System (CPARS). The Government may research Vendor performance on any federal, state, local and commercial procurement that is known to the Government, but not included on a submitted reference.



Confidence Assessment: This aspect of the past performance evaluation is to determine how well the Contractor performed on past contracts. The Past Performance Confidence Assessment is an evaluation of the likelihood (or Government’s confidence that the Vendor will successfully perform the solicitation’s requirements). Past Performance information that is not recent or relevant is not considered in the assessment of Past Performance Confidence. Please refer to the DD1449 for a description of the Past Performance Confidence Assessment adjectival ratings.



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)). Therefore, the Vendor shall be determined to have unknown (or “Neutral”) past performance. In the context of acceptability/unacceptability, aneutral rating shall be considered “acceptable.”



This evaluation and rating is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the Vendor’s past performance will be used as a means of evaluating the relative capability of the Vendor and other competitors to successfully meet the requirements of the solicitation.



Factor 3, Pricing Information:

The Price Factor will not be scored or rated. The Vendor’s response will be evaluated for compliance with the Addendum to 52.212-1, completeness and price reasonableness in accordance with FAR 13.106-3.



Selection: The Government will determine Vendors’ Total Overall Evaluated price, for this source selection, by aggregating the total price for all overhaul tasks, all specified repair tasks, and all transportation costs for the period of performance. The Government intends to evaluate quotations and issue an award using the procedures of FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Upon completion of the above, the Government shall issue a single award for all items to the Vendor whose quotation, conforming to the solicitation and evaluation criteria, is considered to be most advantageous to the Government, with Technical Acceptability and Past Performance, when combined, being significantly more important than price.



The Government reserves the right to not issue an award if it is not in the best interest of the Government.

The Government reserves the right to award a contract to other than the lowest priced Vendor.



This announcement will close at 5:30 PM EST local time on 29th of March, 2024. Contact Hillary Kang-Parker who can be reached by email hillary.s.kang-parker.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
  • Feb 20, 2024 05:59 pm ESTCombined Synopsis/Solicitation (Original)

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 Touch Labor Production Support for Portsmouth Naval Shipyard Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 4/28/2024

Follow SP3300-24-Q-0057 ASRS Maintenance DLA Portsmouth Active Contract Opportunity Notice ID SP3300-24-Q-0057 Related

DEPT OF DEFENSE

Bid Due: 4/26/2024

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

Federal Agency

Bid Due: 11/22/2024