Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2018 FBO #6196
SOLICITATION NOTICE

H -- Master IDIQ - Testing, inspection, and emergency repair of FENWALNET 6000 Fire Alarm System

Notice Date
11/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1400 Farragut Ave, 1400 Farragut Ave, WA 98314
 
ZIP Code
98314
 
Solicitation Number
N4523A19Q1054
 
Response Due
11/16/2018
 
Archive Date
5/15/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N4523A19Q1054 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-11-16 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The NAVSEA - Puget Sound Naval Shipyard requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/23/2018 - 11/22/2023 LI 001: Annual FENWAL 6000 Test and Inspection: Annual FENWAL 6000 system testing and inspection on the following vessels in accordance with (IAW) the performance work statement (PWS): 1) YRBM-30 2) YRBM-31 3) YRB-97 (EX 32) 4) YRB-33 5) YRB-34 6) YRBM-50 7) APL-4., 35, EA; LI 002: 1st Scheduled H2S System Test/Inspection (Bi-annual): First scheduled testing and inspection of H2S gas detection system on the following vessels IAW the PWS: 1) YRBM-30 2) YRBM-31 3) YRB-97(EX 32) 4) YRB-33 5) YRB-34 6) YRBM-50 7) APL-4 8) APL-62., 40, EA; LI 003: 2nd Scheduled H2S System Test/Inspection (Bi-annual): Second scheduled testing and inspection of H2S gas detection system on the following vessels IAW the PWS: 1) YRBM-30 2) YRBM-31 3) YRB-97(EX 32) 4) YRB-33 5) YRB-34 6) YRBM-50 7) APL-4 8) APL-62., 40, EA; LI 004: Emergency/Short Notice Repair Call: Emergency/service onsite repair calls to restore Fenwal 6000 fire alarm system and gas detections systems to normal operations in accordance with the attached PWS. Should repairs or unscheduled onsite service be required, contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available. Any repair parts required shall be approved and procured by the government and provided to the contractor. A service call consists of up to eight (8) hours of technician labor and all associated support costs. Service calls that exceed four hours shall count as multiple service calls for the purposes of invoicing, as approved by the government. Service calls shall not exceed the total quantity obligated on this contract prior to KO approval and modification of the contract. Additional service calls, if deemed necessary, shall be agreed by both parties to be priced at the same quantity price as existing service call price., 10, EA; LI 005: Contractor Manpower Reporting: Contractor Manpower Reporting on labor hours used in the performance of CLINs 0001 through 0004 IAW the PWS. For price estimating purposes, the contractor manpower reporting application reporting process typically takes one person 2-3 hours to complete., 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - Puget Sound Naval Shipyard intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - Puget Sound Naval Shipyard is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the commercial item provisions and clauses as referenced in Attachment 4 in this Request for Quote. All clauses in Attachment 4 will be included in final purchase order. FAR Provision 52.212-2, Evaluation--Commercial Items (Oct 2014) is included in Attachement 4 and contains submission requirements for offerors. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The minimum guarantee under this IDIQ contract shall be set at time of award and will be equal to the first seven (7) annual inspections of the 35 inspections set for CLIN 0001 at the unit price quoted by the winning offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A19Q1054/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN05147760-W 20181110/181108230927-6349e1b9156944f38d5f22ea9f4d4fa2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.