***This notice has been amended to revise Exhibit A in order for pricing data to accurately reflect the current MHE inventory at NBPL.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and 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 N3904024Q0052. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Change 11/17/2023. 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
- The NAICS code is 811310 and the Small Business Standard is $12.5 (millions of dollars). This is a 100% Small Business Set-Aside solicitation.
The Portsmouth Naval Shipyard DET at Point Loma requests responses from sources capable of providing the following:
0001 PREVENTATIVE MAINTENANCE YEAR 1
Preventative Maintenance (PM) for all MHE assets located at Naval Base Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS), and the unit types listed in Exhibit A, attached to this combined synopsis/solicitation.
0002 REMEDIAL MAINTENANCE YEAR 1
Remedial Maintenance/Unplanned Parts and Repairs for any MHE assets located at Naval Base Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS), and the parts listed in Exhibit B and the tasks listed in Exhibit C, both attached to this combined synopsis/solicitation.
1001 PREVENTATIVE MAINTENANCE YEAR 2
Preventative Maintenance (PM) for all MHE assets located at Naval Base Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS), and the unit types listed in Exhibit A, attached to this combined synopsis/solicitation.
1002 REMEDIAL MAINTENANCE YEAR 2
Remedial Maintenance/Unplanned Parts and Repairs for any MHE assets located at Naval Base Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS), and the parts listed in Exhibit B and the tasks listed in Exhibit C, both attached to this combined synopsis/solicitation.
2001 PREVENTATIVE MAINTENANCE YEAR 3
Preventative Maintenance (PM) for all MHE assets located at Naval Base Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS), and the unit types listed in Exhibit A, attached to this combined synopsis/solicitation.
2002 REMEDIAL MAINTENANCE YEAR 3
Remedial Maintenance/Unplanned Parts and Repairs for any MHE assets located at Naval Base Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS), and the parts listed in Exhibit B and the tasks listed in Exhibit C, both attached to this combined synopsis/solicitation.
Period of Performance:
Base Year: 4/12/2024-4/11/2025
Option 1: 4/12/2025-4/11/2026
Option 2: 4/12/2026-4/11/2027
- Place of Performance: Naval Base Point Loma (NBPL), San Diego, CA.
- For evaluation purposes, please provide any supporting technical information or capability narratives that speak to an offeror’s ability to perform the requirements of this solicitation.
- The Contracting Officer will utilize any available information, public or otherwise, to evaluate Vendor Responsibility.
See attached Request for Quotation (RFQ), PWS, and Exhibits A, B, & C for details.
INSTRUCTIONS FOR SUBMISSION
Offers shall be emailed to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in this combined synopsis/solicitation.
System for Award Management (SAM): Vendors 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/.
Technical Submission:
Vendors should include in their submission any supporting technical information or capability narratives that speak to their ability to perform the requirements of this solicitation, including being available for the entire PoP.
Price:
Please provide your lowest pricing terms on Exhibits A, B, and C as appropriate and directed by the RFQ document.
Past Performance:
The Contracting Officer will utilize any available information, public or otherwise, to evaluate Vendor Responsibility in accordance with FAR Subpart 9.1. The vendor should include in their proposal submission at least three (3) previous projects or contracts for the Vendor and any subcontractors that have been performed within the last five (5) years and are relevant to the effort required by this solicitation. The Government will only evaluate projects or contracts that have been performed.
EVALUATION
See the attached Combined Synopsis document for evaluation criteria
This amended announcement will close at 06:00 PM ET local time on 9th of April, 2024. Contact Tom Fuller who can be reached by email thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil
******* END OF COMBINED SYNOPSIS/SOLICITATION ********