MODIFICATION
54 -- Moblile Shelter Rental, Kauai, HI - Amendment 1 - Amendment 2
- Notice Date
- 1/12/2017
- Notice Type
- Modification/Amendment
- NAICS
- 321991
— Manufactured Home (Mobile Home) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-0551
- Point of Contact
- Karen L. Sampson, Phone: 401-832-4343
- E-Mail Address
-
karen.sampson@navy.mil
(karen.sampson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment #2 - Price Sheet Attachment #1 - Minimum Specifications This Amendment extends the quote due date to 17 January 2017. The NAICS code is 321991, size standard 1250 employees and the PSC is 5410. This solicitation is issued as Unrestricted. Attachment #1 Minimum SPecifications and Attachment #2 have been added. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. Quotes are due no later than 2:00 PM EST on January 17, 2017 Quotes must be submitted via email to karen.sampson@navy.mil. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-17-Q-0551. This solicitation is Unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 321991. The Small Business Size Standard is 1250 employees. The Product Service Code (PSC) is 5410. This requirement is for the Pacific Missile Range Facility on Kauai in Hawaii. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Background: The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to lease/rent on a Firm-Fixed Price Basis a secure mobile shelter/trailer which is required to support testing at a remote location over an estimated two year period at the Pacific Missile Range Facility on Kauai in Hawaii. The required location currently has no structure or building to shelter testing operations and test personnel. Due to extreme weather conditions, shelter is required during test periods in order to provide safe and reasonable working conditions for employees and to protect special test equipment and office equipment. Scope: The contractor shall provide all labor, transportation and supervision required to provide secure mobile shelter delivered to the Pacific Missile Range Facility Barking Sands Kauai, Hawaii and set up with the minimum specifications in Attachment #1. Pricing: The contractor shall provide prices for all of the contract line items (CLINs) below: (See Attachment #2) CLIN 0001 - Base Period - Monthly rental/lease of Trailer for a period of 12 months from date of delivery; CLIN 0002 -Setup/Delivery - CLIN 0003 - Pickup/Removal - C LIN 0004 - Option 1 - Monthly rental/lease of Trailer for a period of 12 months Total price for CLINs 0001 through 0004 - P eriod of Performance: Delivery shall be no later than 1 March 2017. The period of performance shall be twelve (12) months from date of delivery with a one (1) year option to exercise or cancel if at the best interest of the Government. Contractor shall provide annual pricing for each period (base and option). Place of Performance: The contractor shall deliver the trailer to Pacific Missile Range Facility Barking Sands Kauai, Hawaii. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items apply to this solicitation. 52.212-2, Evaluation - Commercial Items (Oct 2014) (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most adventageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (Attachment #2) (ii) Technical capability of item offered to meet the Government requirement. (Offeror must submit a quote that meets the mimimum specifications in Attachment #1) (iii) Past Performance - the Government will use the Past Performance Information Retrieval System (PPIRS) Statistical Reporting (SR) to evaluate an Offeror's past performance in conjunction with Offeror supplied references, where negative information regarding delivery or quality data on previous awarded contracts may render a quote being deemed technically unacceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns applies to this solicitation, and may require completion by HUBZone Small Business Concerns. 52.217-9 - Option to Extend the Term of the Contract Defense Priorities and Allocations System (DPAS) rating is DO-C9 Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232-7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. Offerors shall include the following information with submissions: - Prices (See Attachment #2) - Delivery date/terms - Literature/floorplan of structure with measurements -Point of contact (including phone number and email address) -Contractor CAGE Code All timely quotes will be considered. Quotes are due no later than 2:00 PM EST on January 17, 2017 Quotes must be submitted via email to karen.sampson@navy.mil. Quotes received after the closing date and time specified will be ineligible for award. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0551/listing.html)
- Place of Performance
- Address: Pacific Missile Range Facility, Kauai, Hawaii, United States
- Record
- SN04370626-W 20170114/170112234611-b455c88477728e50aa647ae892d0fa0c (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 |