MODIFICATION
61 -- Rental of Four (4) DC Switchgear (DC Fused Disconnect) units at Portsmouth Naval Shipyard - Amendment 1
- Notice Date
- 2/4/2016
- Notice Type
- Modification/Amendment
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
- ZIP Code
- 03904-5000
- Solicitation Number
- N39040-16-T-0110
- Archive Date
- 2/8/2017
- Point of Contact
- Lisa A. Fielding, Phone: 207-438-1893
- E-Mail Address
-
lisa.fielding@navy.mil
(lisa.fielding@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DC Switch specs RFQ Revised RFQ response size This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-16-T-0110. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-85 and DFARS Change Notice 30 Dec 2015. 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 the following address: http://farsite.hill.af.mil/. This is a full and open solicitation. The NAICS Code is 532490. The size standard is $32.5 million. Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of four (4) DC Switchgear (DC Fused Disconnect) units per attached specification; Place of Performance: Portsmouth Naval Shipyard, Kittery, ME. Period of Performance is: 3/14/16 - 6/6/16 (12 weeks), with option to extend from 6/7/16-8/2/16 (8 weeks). 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: 52.204-7, System for Award Management (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Item (Jan 1999) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 2015) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2016) 52.217-9, Option to Extend the Term of the Contract 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, (May 2008) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15, Stop Work Order (Aug 1989) 52.242-17, Government Delay of Work (Apr 1984) 52.246-1, Contractor Inspection Requirements (Apr 1984) 52.246-20, Warranty of Services (May 2001) 52.247-34, F.O.B. Destination (Nov 1991) 52.249-1, Termination for Convenience of the Government (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) Quoters shall include a completed copy of 52.212-3 and it's ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7007, Alt A (Jan 2015) DFARS 252.204-7008, Compliance with Safeguarding covered Defense Information Controls (Dec 2015) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.211-7007, Reporting of Government Furnished Property (Aug 2012) DFARS 252.223-7006, Hazardous Material Disposal DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001, Pricing of Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) Evaluation Criteria: 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price - Adherence to Schedule (The contracting officer reserves the right to award based on ability to meet desired schedule) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings and Descriptions are as follows: Acceptable: Submission clearly meets the minimum requirements of the solicitation Unacceptable: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. 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/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via email to lisa.fielding@navy.mil. This announcement will close at 4:00 PM ET on Monday, February 8, 2016. Contact Lisa Fielding at 207-438-1893 or email lisa.fielding@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and shipping and payment terms. Quotes over 15 pages in total will not be accepted by email. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Attachment 1: DC Switch Specs Attachment 2: RFQ N39040-16-T-0110 ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8dfe30852e47aafab33ab157fef14ba0)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, United States
- Record
- SN04011414-W 20160206/160205000126-8dfe30852e47aafab33ab157fef14ba0 (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 |