SOLICITATION NOTICE
61 -- Temporary Electrical Package Rental - RFQ N3904018T0148 - Statement of Work
- Notice Date
- 2/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N3904018T0148
- Point of Contact
- Alexandra Johnson, Phone: 2074384472
- E-Mail Address
-
alexandra.johnson@navy.mil
(alexandra.johnson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This document contains the specifications required in order for quotes to be considered technically acceptable. This Request for Quote form is to be filled out and returned with your quotation package. 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 N3904018T0148. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-93 and DFARS Change Notice 20161222. 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://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $32.5 Million. This procurement is being solicited as unrestricted and seeks vendors capable of providing the following: Item ID Ident. Qty.Start DateReturn DateDuration (weeks) E01 1 LOT 06 March 2018 14 August 2018 23 E02 1 LOT 20 March 2018 31 July 2018 19 E04 1 LOT 06 March 2018 14 August 2018 23 E05 1 LOT 06 March 2018 14 August 2018 23 E06 1 Job (2 Dlvy/2 Pick-up)Entire Contract E03 (Option) 1 LOT 10 April 2018 07 August 2018 17 E06 (Option) 1 Job (1 Dlvy/1 Pick-up) Entire Contract *Reference Attachments: 1)Statement of Work 2)RFQ Form N3904018T0148 Place of Performance of Items 0001 - 1001 is PNS Detachment at Naval Base Point Loma (NBPL), San Diego, CA. Period of Performance for Items 0001 - 1001 is estimated to be from 03/06/2018 - 08/14/2018 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 provision and clauses are applicable to this procurement: 52.203-3, Gratuities 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6, Protecting the Government's Interest When Subcontracting 52.209-7, Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Item 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 52.216-1 Type of Contract: Firm Fixed Price 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract, 15 days with 30 day notification 52.219-1, Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.225-25, Prohibition on Contracting 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-36, Payment by Third Party 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 52.242-15, Stop-Work Order 52.244-6, Subcontracts for Commercial Items 52.242-17, Government Delay of Work 52.245-1, Government Property 52.245-9, Use and Charges 52.247-34, F.o.b. Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms Offerors shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003, Agency Office of the Inspector General DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7006, Billing Instructions DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.211-7007, Reporting of Government-Furnished Property DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property Management System Administration DFARS 252.245-7004, Reporting, Reutilization, and Disposal DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transportation of Supplies by Sea This announcement will close at 10:00 AM EST local time on 26 February 2018. Contact Alexandra Johnson who can be reached by email at alexandra.johnson@navy.mil. Oral communications are not acceptable in response to this notice. 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 Rating: Description: AcceptableSubmission clearly meets the minimum requirements of the solicitation UnacceptableSubmission 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 or fax to: Alexandra.johnson@navy.mil / 207-438-4193 All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c9b21c46d320a0a7dcceaee4a712e6c0)
- Place of Performance
- Address: PNS Detachment at Naval Base Point Loma (NBPL), San Diego, California, United States
- Record
- SN04830542-W 20180223/180221232045-c9b21c46d320a0a7dcceaee4a712e6c0 (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 |