Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
MODIFICATION

J -- Station Air Compressor Maintenance Contract - Amendment 1

Notice Date
3/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/Supply, 4555 Overlook Ave S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-16-Q-0042A
 
Archive Date
3/3/2016
 
Point of Contact
TaLisa M. Spottswood, Phone: 2027676331, Paul C. Gilroy, Phone: 2027671995
 
E-Mail Address
TaLisa.Spottswood@nrl.navy.mil, paul.gilroy@nrl.navy.mil
(TaLisa.Spottswood@nrl.navy.mil, paul.gilroy@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers - There were some discrepancies found with the Equipment Inventory list and Statement of Work Sheets. AMENDMENT 3 - Extend the Response Date to 3/25/2016 and post responses to questions. AMENDMENT 2 - Extend the Response Date to 2/29/2016 (see Response Date) AMENDMENT 1 - Extend the Response Date This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86, effective 01 Feb 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of 7.5 million employees. The Naval Research Laboratory, located in Washington, DC, is seeking to purchase the following: All interested companies shall provide quotations for the following: The Contractor shall provide all labor, material, equipment and tools necessary to perform preventive maintenance at the Naval Research Laboratory (NRL) on the compressors and inline filters for Buildings 75, 149, 208, and 250. Contractor shall provide assurance of ability to obtain replacement parts. This does NOT include any maintenance on the BAC cooling tower pumps, cooling tower chemicals, the Zeks dryers in building 149 or pneumatech dryer in building 75 Replacement of pre and post coalescing compressed air filters and automatic drain traps are included in the preventive maintenance. Preventive maintenance work shall include but not be limited to changing the air compressor's oil, oil filters, oil separators, air intake filters, cabinet filters, drive belts, and other associated components. Additional preventive maintenance shall be provided for refrigerated compressed air dryers, heatless regerative air dryers, cooling towers, pre and post coalescing compressed air filters and automatic drain traps. PERIOD OF PERFORMANCE: 1 Year SEE ATTACHED SOW AND EQUIPMENT LIST Award shall be made to the quoter whose quotation offers the lowest-priced technically acceptable solution (LPTA). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1.FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions 2.FAR 52.212-1, "Instructions to Offerors-Commercial Items" (April, 2014) a. FAR 52.212-1 has been tailored to include the following additional instructions: •This procurement is for new equipment ONLY. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty. •Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions •Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. 3.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (November 2013) 4.FAR 52.225-18, Place of Manufacture 5.FAR 52.233-2, Service of Protest a.NRL also includes the following provisions that must be completed by the offeror: 1.FAR 52.209-5, Certification Regarding Responsibility Matters 2.FAR 52.222-22, Previous Contracts and Compliance Reports 3.FAR 52.222-25, Affirmative Action Compliance 4.FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (September, 2013) a. The following clauses are included as addenda to FAR 52.212-4: •FAR 52.202-1 Definitions •FAR 52.203-3 Gratuities •FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government •FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions •FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper •FAR 52.204-7, System For Award Management •FAR 52.232-39, Unenforceability of Unauthorized Obligations •FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •FAR 52.247-34, F.O.B Destination •FAR 52.252-2, Clauses Incorporated By Reference 2.FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (January, 2014) The following subparagraphs of FAR 52.212-5 are applicable: •Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 - 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) All quoters shall submit 1 (one) copy of their technical and price quote. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/3400/N00173-16-Q-0042A/listing.html)
 
Place of Performance
Address: 4555 Overlook Avenue, SW, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN04051781-W 20160317/160316000356-a31859b99cad987eafa0c81f344f629a (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.