SOLICITATION NOTICE
J -- DIESEL GENERATOR MAINTENANCE, 1 YEAR WITH 2 OPTION YEARS.
- Notice Date
- 10/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
- ZIP Code
- 00000
- Solicitation Number
- N0018911QP300
- Response Due
- 10/29/2010
- Archive Date
- 10/28/2011
- Point of Contact
- Michelle Thompson 207-438-3877 Patricia Vachon
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-Q-P300. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-45 and DFARS Change Notice 201100802. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811310 and the Small Business Standard is $7 Million. The proposed contract is 100% set aside for small business concerns. The FISCN Portsmouth Annex, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001, 1 LOT, DIESEL GENERATORS PREVENTIVE MAINTENANCE CLIN 0002, 1 LOT, DIESEL GENERATORS EMERGENCY REPAIRS AND PARTS CLIN 0003, 1 LOT, DIESEL GENERATORS PREVENTIVE MAINTENANCE, OPTION YEAR I, POP 1 OCT 2011 30 SEP 2012 CLIN 0004, 1 LOT, DIESEL GENERATORS EMERGENCY REPAIRS AND PARTS, OPTION YEAR I, POP 1 OCT 2011 30 SEP 2012 CLIN 0005, 1 LOT, DIESEL GENERATORS PREVENTIVE MAINTENANCE, OPTION YEAR II, POP 1 OCT 2012 - 30 SEP 2013 CLIN 0006, 1 LOT, DIESEL GENERATORS EMERGENCY REPAIRS AND PARTS, OPTION YEAR II, POP 1 OCT 2012 - 30 SEP 2013 SEE ATTACHMENT 1 FOR PERFORMANCE WORK STATEMENT. Period of performance for CLINS 0001 and 0002: 01 OCT 2010 TO 30 SEP 2011; Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. 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: 52.212-1, Instructions to Offerors - Commercial Items; 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 Items including: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-33 or 52.232-36, 52.222-41, 52.222-42. Additional applicable FAR clauses: 52.204-10, 52.211-15, 52.212-3 and ALT I, 52.217-5, 52.223-11, 52.233-1, 52.242-15, 52.242-17, 52.246-4, 52.252-2, 52.252-6, 52.253-1, 52.247-34. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7036, 252.232-7003, 252.247-7023. Additional applicable DFARS or local clauses: 252.204-7004, 252.225-7035. Other clauses or provisions that may be applicable: 5252.232-9402. This announcement will close at 3:00pm EST on 29 OCTOBER. Contact Michelle Thompson who can be reached at 207-438-3877 or email michelle.m.thompson@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis, NAVSUP Provision L7011. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. Evaluation of Quotes - Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. Options will be inclusive in the evaluation. Options will not be exercised at time of award. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the performance work statement/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either: 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The Navy WAWF Assistance Line is also available at 1-800-559-WAWF (9293). Contract to be awarded on an All or None basis, NAVSUP Provision L7011. All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Quote must include parts price list and labor hour rates. Please notify if discounts are included and percentage.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018911QP300/listing.html)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, ME
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN02311160-W 20101016/101014234029-71cb3aa667eb44524463c4fb3a1978f9 (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 |