Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

W -- Rental of one (1) 700KW AC Resistive/Reactive Load Bank, in San Diego, CA - 17-T-0142 Request for Quote Sheet

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-17-T-0142
 
Archive Date
5/31/2018
 
Point of Contact
Emily Bateman, Phone: 2074386819
 
E-Mail Address
emily.bateman@navy.mil
(emily.bateman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
17-T-0142 Request for Quote Sheet This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 FEDBIZOPPS. The RFQ number is N39040-17-T-0142. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 2016-1222. 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: http://farsite.hill.af.mil/vffara.htm and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 335313 and the Small Business Standard is 1,250 employees. This is a SMALL BUSINESS SET ASIDE solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: The rental of one (1) 700KW AC Resistive/Reactive Load Bank, in accordance with the attached specifications, to support the Portsmouth Naval Shipyard Detachment, at Naval Base Point Loma (NBPL), San Diego, CA. The Period of Performance is six (6) months from contract award, with an option for six (6) additional months. Actual rental usage will be one week per month (6 weeks in the base period, and 6 potential option weeks in the option period), with the option to extend up to two of those instances by one week (2 potential option weeks) if the equipment is unexpectedly required longer during an evolution (total contract potential of 14 weeks). Per paragraph 1.1.6 of the Statement of Work, a minimum of 48 hour advance notice will be given prior to requested delivery. The Period of Performance is 5/8/17-10/31/17, with options extending to 4/30/18. Place of performance is Naval Base Point Loma (NBPL), San Diego, CA. 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 provisions 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 or 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 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability 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 Item 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 52.215-5 Facsimile Proposals 52.216-1 Type of Contract: Firm Fixed Price 52.217-5 Evaluation of Options 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.217-9 Option to Extend the Term of the Contract 52.219-1 Alt Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business 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 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-36 Payment by Third Party 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 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses HQ B-2-0010 #1 HQ B-2-0022 HQ C-2-0016 HQ C-2-0023 HQ D-1-0002 HQ D-2-0006 HQ E-1-0003 HQ F-2-0004 HQ G-2-0009 Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. 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 252.204-7004 Alt A, System for Award Management DFARS 252.204-7006 Billing Instructions 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 DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea This announcement will close at 04:00 PM ET local time on 27 April 2017. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors 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/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 335313, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b4afbd21896d06a6c86829d372df815)
 
Place of Performance
Address: San Diego, California, United States
 
Record
SN04479168-W 20170422/170420234826-8b4afbd21896d06a6c86829d372df815 (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  © 1994-2020, Loren Data Corp.