Touch Labor Production Support for Portsmouth Naval Shipyard

expired opportunity(Expired)
From: Federal Government(Federal)
N3904023R0008

Basic Details

started - 22 Apr, 2024 (10 days ago)

Start Date

22 Apr, 2024 (10 days ago)
due - 28 Apr, 2024 (4 days ago)

Due Date

28 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
N3904023R0008

Identifier

N3904023R0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710429)DEPT OF THE NAVY (157209)NAVSEA (28176)NAVSEA SHIPYARD (4864)PORTSMOUTH NAVAL SHIPYARD GF (1441)
[object Object]

SetAside

SBP(Partial Small Business Set-Aside (FAR 19.5))

Attachments (25)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

*** 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.

Kittery ,
 ME  03904  USALocation

Place Of Performance : N/A

Country : United StatesState : MaineCity : Kittery

Office Address : PORTSMOUTH NH 03801-5000 PORTSMOUTH , NH 03801-5000 USA

Country : United StatesState : New HampshireCity : Portsmouth

You may also like

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

Due: 12 Dec, 2024 (in 7 months)Agency: DEPT OF DEFENSE

Classification

naicsCode 336611Ship Building and Repairing
pscCode J998Non-nuclear Ship Repair (East) Ship repair (including overhauls and conversions) performed on non-nuclear propelled and nonpropelled ships east of the 108th meridian