This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 and Part 12, as supplemented with additional information included in this notice, including DFARS Subpart 217-71. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
SOLICITATION #: W912BU-23-Q-SPIES
This combined synopsis/solicitation is issued as a Request for Quotes. A Firm Fixed Price type contract will be awarded.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 effective 8 August 2023.
This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside.
NAICS: 336611
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Mastership Agreement for dry dock and repair to the Survey Vessel (S/V) SPIES in accordance with (IAW) the statement of work. IAW DFARS 217.7102, the government intends to enter into a Master Agreement for Repair and Alteration of Vessels. The offeror MUST meet the specifications and requirements listed in the solicitation.
Paymentand Performance Bonding will not be required.
**Contractors are instructed to price each CLIN individually**
CLIN 0001 – S/V SPIES Dry Dock Repair – The major work scope includes dry docking the Spies, cleaning and painting the hull, replace propellors, engine maintenance, required inspections, and miscellaneous modifications and repairs outlined in the attached scope of work.
0001A H-101 DRYDOCKING AND REPAIRS
0001B H-102 Utilities and Services
0001C H-200 Surface Preparation & Inspection
0001D H-201 Hull Painting
0001E H-202 Hull Anode Replacement
0001F H-203 Hull Audiogauging (If-Directed)
0001G H-204 Repair Pitting on Struts (IF DIRECTED
0001H H-210 Clean Bilges
0001I H-901 Modify Bench Seat and Add Worktop
0001J H-902 Pump out Head Tank
0001K H-903 Install Disconnect for ‘A’ Frame Controller
0001L H-911 Replace Rudders (If-Directed)
0001M M-101 Main Engine Service
0001N M-701 Replace Propellers
0001O M-702 Replace Hyd Cylinders on A-Frame
0001II M-703 Replace Hyd Hoses A-Frame & Steering
0001PA M-901 Misc Maintenance (If Directed)
A. LABOR
0001PB M-901 Misc Maintenance (If Directed)
B. MATERIALS
0001PC M-901 Misc Maintenance (INSERT % RATE)
C. BURDEN CHARGES
Delivery Schedule 21 Days from Notice to Proceed.
Delivery Location: Contractor’s Facility
FOB Point: Destination
FAR 52.212-1 – Instructions to Offerors
Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at
https://www.sam.gov
This solicitation is issued as a request for quote using FAR Part 13 Simplified Acquisition Procedures.
Firms interested in this opportunity should submit a quote with the following information: Delivery Date, unit prices for each CLIN (Section BA), total price, product specifications, warranty terms (stated in hours of usage), etc. Contractors are instructed to price each CLIN individually.
All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it will be considered non-responsive. Only acceptable quotes will be evaluated. Contractors should annotate within their quote specifications relating to the items quoted. Insufficient information may lead to a quote being considered non-responsive.
FAR 52.212-2 – Evaluation – Commercial Items: All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it's considered non-responsive. Only acceptable quotes will be evaluated.
The following are the evaluation criteria:
------------------------------------------------------------------------------------------------------------
Price - **Contractors are instructed to price each CLIN individually**
------------------------------------------------------------------------------------------------------------
The lowest priced contractor that submits a quote deemed responsive to the solicitation will be awarded a purchase order. A purchase order may be issued without discussions. Multiple awards with not be made.
** All Contract work shall be performed at a location along the Atlantic Coast of the United States of America from New York, NY to Baltimore, MD.
Application: All Offerors will have their proposal surcharged (calculated after receipt of all proposals at $60 per nautical mile. The mileage will be based on U.S. Department of Commerce Publication “Distance between United States Ports”, with an appropriate adjustment for the actual operating location. Based on the S/V SPIES’s normally traveled waterway route as determined by the Master of the vessel, facilities shall have their bid surcharged on the round trip distance between the contractor’s facility and Chesapeake City, MD. Any shipyard facility submitting a bid which deviates from the normally traveled waterway route shall have their bid surcharged accordingly.
FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote.
FAR 52.212-4 – Terms and Condition – Commercial applies to this acquisition
FAR 52.212-5 (DEV Nov 2017) – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items
FAR 52.252-1 – Solicitation Provisions Incorporated By Reference - 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:
www.acquisition.gov
The following additional provisions or clauses are specific to this particular requirement:
DFARS 252.204-7012 - SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
DFARS 252.204-7020 – NIST SP 800-71 DoD Assessment Requirements
DFARS 252.204-7021 – Cybersecurity Maturity Model Certification Requirements
DFARS 252.217-7003 – Changes
DFARS 252.217-7004 – Job Orders and Compensation
DFARS 252.217-7005 – Inspection and Manner of Doing Work
DFARS 252.217-7006 – Title
DFARS 252.217-7007 – Payment
DFARS 252.217-7009 – Default
DFARS 252.217-7010 – Performance
DFARS 252.217-7011 – Access to Vessel
DFARS 252.217-7012 – Liability and Insurance
DFARS 252.217-7013 – Guarantees
DFARS 252.217-7014 – Discharge of Liens
DFARS 252.217-7015 – Safety and Health
DFARS 252.217-7016 – Plant Protection
FAR 52.204-7 – System for Award Management
FAR 52.247-34 – FOB Destination
FAR 52.252-5 – Authorized Deviations in Provisions
FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management
All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to robert.w.hutcheon@usace.army.mill no later than 11 October 2023, 1:00 PM EST.