Point Of Contact Not Available
This is a notification of the Governments intent to award a firm fixed price contract on the sole source basis for a commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The proposal is being requested and a written solicitation will not be issued.
Naval Supply System Command (NAVSUP) Fleet Logistic Center Jacksonville (Kings Bay Det), 930 USS Hunley Ave, Kings Bay, GA 31547, intends to solicit a single source, to Wartsila Defense Inc, under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 13.106-1(a)(2)(i), only one responsible source.
This is not a request for competitive proposals/quotes.
Responsible sources may submit a capabilities statement, which shall be considered by the agency.
A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government.
Questions concerning this notice may be directed to Lee Tyson at
[email protected] by 7/29/2019 at 1200hrs, Eastern.
This solicitation, N68836-19-Q-0258, is issued as a Request for Proposal (RFP) directly to Wartsila Defense Inc.
This is for the Southeast Regional Maintenance Center, Mayport, FL.
Proposal Requirements (Technical and Price):
The offeror shall submit their proposal directly via e-mail to Lee Tyson at
[email protected].
b.
A completed proposal shall consist of a signed cover letter stating submittal of an offer in response to the solicitation and separate Technical (I) and Price (II) Volumes.
1) Price Volume shall consist of the following: Provide a summary pricing below in the pricing schedule:
ITEM NO SUPPLIES/SERVICES U/I QTY AMOUNT EXTENDED:
0001 ITEM ARLEIGH BURKE CLASS ER MAJOR OVERHAUL KIT, P/N: US70540, QTY - 2 EA
0002 ITEM UPPER LIP SEAL, RUDDERSTOCK LOWER BEARING, P/N: CM-ST-1160, QTY - 1 EA
0003 ITEM LOWER LIP SEAL, RUDDERSTOCK LOWER BEARING, P/N: CM-ST-1177
In addition to summary pricing, provide a complete price and cost breakdown of summary pricing.
Price and cost breakdown shall include direct and indirect costs; labor costs, subcontractor proposal costs, material costs, overhead and general and administrative expenses.
The following provisions apply to this acquisition:
52.204-7 System for Award Management, as prescribed in FAR 4.1105(a)(1)
52.204-10 Reporting Executive Compensation
52.204-13 SAM Maintenance
52.204-16 Commercial and Government Entity Code Reporting, as prescribed in FAR 4.1804(a)
52.204-17 Ownership or Control of Offeror, as prescribed in FAR 4.1804(b)
52.204-18 Cage Maintenance (July 2016)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
52.209-6 Protecting the Governmentââ¬â¢s Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, as prescribed in FAR 9.108-5(b)
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items
Use with its ALT I, when a time and materials contract is anticipated;
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.222-3 Convict Labor, as prescribed in FAR 22.202
52.222-19 Child Laborââ¬âCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran
52.232-33 Payment by Electronic Funds Transfer SAM
52.232-39 Unenforceability of Unauthorized Obligations, as prescribed in FAR 32.706-3
52.239-1 Privacy or Security Safeguards
52.252-1Solicitation Provisions Incorporated by Reference, as prescribed in FAR 52.107(a)
52.252-2 Clauses Incorporated by Reference, as prescribed in FAR 52.107(b)
52.222-50 Combating Trafficking in Persons (March 2015)
52.233-3 Protest After Award
Quoters shall include a completed copy of 52.212-3 and itââ¬â¢s ALT I with quotes.
All clauses shall be incorporated by reference in the order.
Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b)
252.204-7004 alternate A, System for Award Management, as prescribed in DFARS 204.1105
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a)
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations JUN 2015
252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.243-7001 pricing of Contract Modifications, as prescribed in DFARS 243.205-70
252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts)
252.247-7023 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b)(1)
252.225-7001 Buy American Act and Balance of Payments Program (Aug 2016)
252.225-7002 Qualifying Country Sources as Subcontractors (Aug 2016)
SUPTXT243-9400 (1-92) Authorized Changes Only by the KO (Feb 2008)
52.212-2 EVALUATIONââ¬âCOMMERCIAL ITEMS (OCT 2014)
This Request for Quote is prepared in accordance with FAR Part 12 Commercial Items and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items.
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 quotes:
Award Consideration
The Government will make a single award using the Lowest Price Technically Acceptable (ââ¬ÅLPTAââ¬ï¿½).
The Government intends to award on initial quotes but reserves the right to conduct discussions.
Technical Acceptability
To be determined technically acceptable, the Offeror must submit a signed quote, stating the Offeror does not take exception to any terms of the solicitation. The Contracting Officer will use the following rating table:
Rating Description
Acceptable Quote does not take exception to any term of the
Solicitation and therefore clearly meets the
Requirements of the solicitation.
Unacceptable Quote takes exception to a solicitation term(s) and
Therefore; does not clearly meet the requirements of the
Solicitation.
Pricing
Pricing will be evaluated based on total price provided in a fully completed price quote (see 52.212-1).
The Government may determine that an Offerorââ¬â¢s quote is unacceptable if the prices are significantly unbalanced.
Failure to furnish the price quote in accordance with the instructions above shall render the quote unacceptable.
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ââ¬â Commercial Items
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available.
The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer.
In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):
FAR Provisions:http://acquisition.gov/far/
DFARS Provisions: http://www.acq.osd.mil/dpap/darspgi/current/
(End of Provision)
52.252-2 CLAUSES INCORPORTED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this/these address(es):
FAR Clauses: http://acquisition.gov/far/
DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
(End of clause)
252.322-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions.
As used in this clauseââ¬â
ââ¬ÅDepartment of Defense Activity Address Code (DoDAAC)ââ¬ï¿½ is a six position code that uniquely identifies a unit, activity, or organization.
ââ¬ÅDocument typeââ¬ï¿½ means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
ââ¬ÅLocal processing office (LPO)ââ¬ï¿½ is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing.
The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access.
To access WAWF, the Contractor shallââ¬â
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training.
The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF.
Both can be accessed by selecting the ââ¬ÅWeb Based Trainingââ¬ï¿½ link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions.
The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
___________________________________________________________
(2) Inspection/acceptance location.
The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
__________________GOVERNMENT________________________________
(3) Document routing.
The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC
Issue By DoDAAC
Admin DoDAAC
Inspect By DoDAAC
Ship To Code
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request and supporting documentation.
The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g.
timesheets) in support of each payment request.
(5) WAWF email notifications.
The Contractor shall enter the e-mail address identified below in the ââ¬ÅSend Additional Email Notificationsââ¬ï¿½ field of WAWF once a document is submitted in the system.
______________________TBD_____________________________________
________________________________________________________________
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activityââ¬â¢s WAWF point of contact.
TBD
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
SUPTXT243-9400(1-92) AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER
(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractors facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract.
(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.
(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer.
In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof.
The address and telephone number of the Contracting Officer is:
NAME: Contracting Officer
ADDRESS: NAVSUP FLCJ
TELEPHONE: TO BE PROVIDED UPON AWARD
System for Award Management (SAM).
Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
Please send proposal via e-mail to:
Lee Tyson at
[email protected]
by 1200hrs (Eastern) on 29 July 2019.
For any questions, please contact Lee Tyson by e-mail.
NO PHONE CALLS WILL NOT BE ACCEPTED.
Contracting Office Address:
NAVSUP Fleet Logistic Center Jacksonville (FLCJ) Acquisition Department
930 USS Hunley Ave Bldg 2012
Kings Bay, GA
Purchasing Agent:
Lee Tyson
Email:
[email protected]
Bid Protests Not Available