SOLICITATION NOTICE
30 -- PDU and UPS - SOW
- Notice Date
- 7/3/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221122
— Electric Power Distribution
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
- ZIP Code
- 93043-4307
- Solicitation Number
- N63394-17-T-0137
- Archive Date
- 8/18/2017
- Point of Contact
- TERREN JO,
- E-Mail Address
-
TERREN.JO@NAVY.MIL
(TERREN.JO@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- SOW This is a combined synopsis/solicitation for commercial supply and services prepared in accordance with the format in FAR 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. The solicitation number is N63394-17-T-0137 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 221122 with a small business size standard of 1,000 employees. This requirement is a Total Small Business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: Remove, demolish, furnish, and install (2) Power Distribution Units (PDU) and (2) Uninterruptible Power Supply (UPS) units in accordance with the attached Statement of Work (SOW). A mandatory site visit will be held on Thursday, July 13, 2017 from 1300 to 1500 PST for bidders to view and measure the identified areas. All vendors who wish to attend the mandatory site visit must first provide the following information to Terren Jo at terren.jo@navy.mil: (1) Number of employees attending site visit (2) Full name of employee(s) attending site visit (3) Company name including the DBA name (4) Company cage code After submitting the required information above, vendors will meet at the PORT HUENEME BASE SECURITY OFFICE, BUILDING 1183, SUNKIST GATE AT 1230 PM PST sharp and will be escorted on base. Vendors who have not provided the required information listed above by the deadline or who arrive late will not be permitted to attend the site visit. Bid must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, incorporated herein by reference: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Maintenance 52.204-17, Ownership or Control of Offeror 52.204-19, Incorporation by Reference of Representations and Certifications. 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction. 52.212-1, Instructions to Offerors. 52.212-3, Offeror Representations and Certifications. 52.212-4, Contract Terms and Conditions. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 52.222-50, Combatting Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.211-7003, 252.211-7008, 252.223-7006, 252.223-7008, 252.225-7001, 252.211-7002, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004, 252.247-7023, and 252.246-7000 NAVSEA Clause HQ-G-2-0009 The offeror may submit questions requesting clarification of solicitation requirements to the Contract Specialist, Terren Jo, via email at terren.jo@navy.mil. All questions must be received by Monday, July 17, 2017 at 0900 AM PST and all answers to questions will be posted by Friday, July 21, 2017 at 0900 AM PST. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Terren Jo via email at terren.jo@navy.mil no later than Thursday, August 3, 2017 at 0400 PM PST. Award will be made to the lowest priced, technically acceptable, responsive, and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0137/listing.html)
- Record
- SN04566532-W 20170705/170703233127-a1ae11ff1251c75884fcf128a437b691 (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 |