Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

70 -- Eaton UPS Maintenance Renewal

Notice Date
8/13/2024 5:13:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904024RC40433
 
Response Due
8/16/2024 11:00:00 AM
 
Archive Date
08/16/2025
 
Point of Contact
Steven Carlberg, Phone: 2079940907
 
E-Mail Address
steven.w.carlberg.civ@us.navy.mil
(steven.w.carlberg.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This combined synopsis/solicitation SHALL be posted on SAM (www.sam.gov). The RFQ number is N3904024RC40433. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Change Notice 20240729. 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: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars. The NAICS code for this procurement is 541519. The small business size standard is $34 million. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE BASIS to Eaton Corp, in accordance with FAR 13.106-1(b)(1)(i) (See the attached Justification for Sole Source) This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. This requirement is to provide Portsmouth Naval Shipyard with a firm-fixed-price order for Eaton Uninterrupted Power Supply (UPS) Maintenance Renewal (PNS 24-383) New Base Year +2 option years. *Reference Attachments with RFQ: Required Product List Limited Source Justification Redacted The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 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 of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance) 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or ���Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law 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 Products and Commercial Services. 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�Commercial Products and Commercial Services. 52.217-7 Option for Increased Quantity -- Separately Priced Line Item 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7006 Billing Instructions-Cost Vouchers 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 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services DFARS 252.247-7023 Transportation of Supplies by Sea Technical Evaluation Ratings: Rating: Acceptable Description: Submission that clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation. If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Price: Price will not be evaluated on quotations found to be Unacceptable under the Technical Approach Factor. The Government will determine whether prices are reasonable, and complete.� Prices that are unreasonable, or incomplete may be eliminated from further consideration. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. System for Award Management (SAM): Vendor 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: The Vendor's quote must be sent via SAM.GOV. Place of Performance is: Portsmouth Naval Shipyard Period of Performance/Delivery Date: 9/21/2024 � 9/20/2025 with 2 Option Years FOB � Destination This announcement will close on August 16th, 2024, at 2:00 PM (EST). Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Vendor's quote shall include price(s), a point of contact, name, email address, phone number, CAGE code, Manufacturer Part Number, business size under NAICS Code 541519, and payment terms. The Vendor's response must clearly indicate its capability to meet all specifications and requirements. ******End of Solicitation*****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/14e3d75916174123b90c00166d6bd288/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN07168936-F 20240815/240813230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.