SOLICITATION NOTICE
J -- Uninterruptible Power Systems (UPS) Maintenance Support
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018912T0386
- Point of Contact
- Greg Finke 757-443-2066 william.g.finke@navy.mil
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a SOLE-SOURCE COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using acquisition found at FAR 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 NECO (http://www.neco.navy.mil/). The RFQ (Request for Quote) number is N00189-12-T-0386. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 proposed contract action is for commercial supplies for which NAVSUP Fleet Logistics Center, Norfolk Contracting Department intends to solicit as 100% Total Small Business Set-Aside. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals; however, all bids, proposals, or quotations received by closing date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This supply/services action is for: The contractor shall provide Preventive Maintenance Support Services for Uninterrupted Power Supply (UPS) as specified within the attached Statement of Work. CLIN 1001-10/1/12-9/30/13 CLIN 2001-10/1/13-9/30/14 CLIN 3001-10/1/14-9/30/15 This acquisition will result in a Firm-Fixed-Price contract under NAICS 811219. The Small Business Standard is $19.0M. This requirement will contain a one year base period of performance and two (2) one year option periods. The period of performance is detailed below: The following FAR provisions and clauses are applicable to this procurement and are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-99 (DEV) System for Award Management Registration 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government Interest when Subcontracting with Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer “ CCR 52.215-5 Facsimile Proposals; 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-99 (DEV) Providing Accelerated Payment to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Solicitation Clauses Incorporated by Reference The following DFAR provisions and clauses are applicable to this procurement and are incorporated by reference: 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt III Transportation of Supplies by Sea 252.232-7006Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 Levies on Contract Payments The following clauses are incorporated by full text: 5252. NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) Responses to this solicitation are due by 14 September 2012 at 2:00 PM EST. Quotes shall be emailed to William.g.finke@navy.mil. Attention: Greg Finke, Reference RFQ N00189-12-T-0386. All quotes shall include unit prices, extended prices, and a total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, and prompt payment terms. Vendors responding to this solicitation are advised that, prior to award, the Government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0386/listing.html)
- Record
- SN02870803-W 20120908/120907000538-a3d3f001c97e937c39af4b0766d03e5c (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 |