SOLICITATION NOTICE
J -- REFURBISHMENT SERVICE FOR EPTG MOTOR
- Notice Date
- 7/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060413T3092
- Response Due
- 7/15/2013
- Archive Date
- 7/30/2013
- Point of Contact
- Nelson Uehara 808-473-7681 nelson.uehara@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Refurbishment Service for EPTG Motor This is a Sole Source COMBINED SYNOPSIS/SOLICITATION to Hansome Energy Systems Inc. 365 Dalziel Road Linden, New Jersey 07036-6292; for commercial items prepared in accordance with the information in the Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-13-T-3092. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-68 and DFARS Change Notice 20130626. 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: http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811310 and the Small Business Standard is $7.0 Million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 - Refurbishment of EPTG Motor manufactured by Hansome Energy System Inc.includes evaluation, overhaul shipping expenses; One each. See the Performance Work Statement (PWS). Place of Performance is the contractor ™s facilities; Period of Performance is 18weeks after receipt of EPTG motor; return shipment to PHNSY & IMF Jarvis Street Bldg 1770, JBPHH, HI 96860-5033. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 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 ; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates; 52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; If Quoters have not updated the Representations and Certifications in the System for Award Management (SAM), they shall include a completed copy of 52.212-3 and its 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; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Alternate III, Transportation of Supplies by Sea; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 5252.243-9400, Authorized Changes by the KO This announcement will close at 11:00AM on July 15, 2013. Contact Nelson Uehara who can be reached at 808-473-7681 or email nelson.uehara@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management Registration (SAM). Quoters are required be registered in the SAM database prior to submitting invoices. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Email your quotes referencing Solicitation N0060413T3092 in the subject line to Nelson Uehara at nelson.uehara@navy.mil before the closing date and time listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3092/listing.html)
- Record
- SN03111766-W 20130712/130710234717-1075a82dfb7279c38a3286269950c7dd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |