SOLICITATION NOTICE
J -- Powervar Uninterrupted Power Supply Maintenance (NDSLGL) - N6890819Q0080 - SOW_Schedule
- Notice Date
- 9/20/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Navy Medicine East, SUITE 1400, 620 JOHN PAUL JONES CIRCLE, PORTSMOUTH, Virginia, 23708-2106, United States
- ZIP Code
- 23708-2106
- Solicitation Number
- N6890819Q0080
- Archive Date
- 10/11/2019
- Point of Contact
- Oneil G. Sharpe,
- E-Mail Address
-
oneil.g.sharpe.civ@mail.mil
(oneil.g.sharpe.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- N6890819Q0080 - SOW_Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, 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. The solicitation number is N6890819Q0080. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. This procurement is a 100 percent small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 335999. The size standard is 500 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. The Navy Drug Screening Lab in Great Lakes (NDSLGL) has a requirement for Powervar Uninterrupted Power Supply (UPS) maintenance and battery replacement. The contractor shall inspect all power connections for signs of overheating. The contractor shall inspect all subassemblies, bridges and legs for signs of component defects or stress. The contractor shall inspect all DC capacitors for signs of leakage. The contractor shall inspect all AC capacitors for signs of leakage. The contractor shall provide parts. The contractor shall provide warranty for three (3) years. The contractor shall be Powervar certified. SEE ATTACHED STATEMENT OF WORK AND SCHEDULE FOR ADDITIONAL DETAILS Place of Performance: U.S. Navy Drug Screening Laboratory Great Lakes 2500 Rodgers St., Bldg 5501 Great Lakes, IL 60088-2952 FAR 52.212-1, Instructions to Offerors-Commercial (Oct 2018), applies to this acquisition. FAR 52.212-2 Evaluation - Commercial Items (OCT 2018), applies to this acquisition. Offerors to include a completed copy of the provision at 52.212-3 (Oct 2018), Offeror Representations and Certifications-Commercial Items, with its offer FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition FAR 52.212-5(dev) Contract Terms and Conditions Required to Implement, applies to this acquisition. ADDITIONAL CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2018 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 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 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2018 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7008 Sources of Electronic Parts MAY 2018 252.247-7023 Transportation of Supplies by Sea FEB 2019 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) Award will be made using Lowest Price Technically Acceptable (LPTA) evaluation criteria. Award will be made to the offeror that proposes the lowest priced offer with a technically acceptable approach and acceptable past performance. Technical acceptability will be determined through an evaluation of the offeror's technical proposal. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Evaluation Factors. The following factors will be evaluated: Factor 1. Technical Merit. Technical Factors reflected below must be met and stated in the offeror's proposal. Technical merit ratings reflect the Government's confidence in each offeror's ability, as demonstrated in its proposal, to perform the requirements stated in the solicitation. Failure to submit a technical proposal or clearly address the Technical factors will result in an "Unacceptable" rating. To receive consideration for award, a rating of "Acceptable" must be achieved for all technical factors. 1.Technical Merit shall be assessed based on the evaluation of the following Technical Factors: a.The Contractor shall be qualified/authorized by the Original Equipment Manufacturer (OEM) in the maintenance of all equipment listed within this contract. 2.Page Limitation: The Technical Proposal shall be limited to no more than 5 pages. All copies that exceed the set page limitation shall be removed and not evaluated. The following adjectival ratings will be used in evaluating each offeror's technical proposal. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable-Proposal clearly meets the minimum requirements of the solicitation. Unacceptable-Proposal does not clearly meet the minimum requirements of the solicitation. FACTOR 2. Past Performance. The offeror's performance will be rated in terms of acceptability. A performance rating of acceptable or unacceptable will be assigned dependent upon the evaluator's assessment of the level of confidence in the offeror's performance record. Past Performance will be evaluated based on assessments of the performance under current and prior contracts for the last five years. The information which will be used for evaluation will be obtained from the Past Performance Questionnaires submitted, Contract Performance Assessment Reporting System (CPARS), https://www.cpars.gov/ and any other sources. The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. Past performance surveys should be based upon performance of like services to those in this solicitation. If adverse past and present performance information is obtained, the respective point of contact may be contacted to obtain additional information about the circumstances surrounding the situation. Offerors will be given an opportunity to address unfavorable reports of past and present performance to which the offeror has not had a previous opportunity to respond. The offeror's response, or lack thereof, will be taken into consideration. The following adjectival ratings will be used in evaluating each offeror's past performance proposal. Past Performance Evaluation Ratings Rating Description Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Unknown - The offeror's performance record is unknown. (See note below.) Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." FACTOR 3. Price. The purpose of the price factor is to determine if the proposed price is fair and reasonable. In no event will the Government make an award against an offer that the Government does not find to be fair and reasonably priced. The pricing criteria used for evaluation are completeness, price reasonableness, and Total Evaluated Price (TEP). •Completeness - The Government will review the pricing submissions for completeness and compliance with FAR 52.212-1 of this solicitation. Incomplete price submissions may not be evaluated and the quotation may be eliminated from the competition. •Price Reasonableness - The offerors price proposal will be evaluated using one or more of the techniques defined in FAR 13.106-3(a). Generally, adequate price competition will satisfy the criteria of price reasonableness. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) Quotations are due Thursday, September 26, 2019 at 3 PM EST. All quotation are to be submitted via email to oneil.g.sharpe.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/533db6d1863923d4d3ebaa8ae4deed26)
- Place of Performance
- Address: Navy Drug Screening Lab in Great Lakes (NDSLGL), Illinois, United States
- Record
- SN05452798-W 20190922/190920230629-533db6d1863923d4d3ebaa8ae4deed26 (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 |