Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
SOLICITATION NOTICE

W -- Portsmouth Naval Shipyard requires the Rental and FOB Delivery of (1) 1,000kW Diesel Generator from 8/22/17-10/10/17 w/ 2 Week Option thru 10/25/17; NAICS 532490 - Package #1

Notice Date
5/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
N3904017T0239
 
Archive Date
6/7/2017
 
Point of Contact
Deana Manfredi, Phone: 2074381630, Anthony J. Barker, Phone: 2074381946
 
E-Mail Address
deana.manfredi@navy.mil, anthony.barker@navy.mil
(deana.manfredi@navy.mil, anthony.barker@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: RFQ Form Attachment 1: Specifications This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-17-T-0239. This solicitation document and incorporates provisions and clauses in effect through FAC 2005-95, and DFARS Change Notice 20161222. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 532490. Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Rental of one (1) Trailer Mounted Diesel-Powered Portable Generator for use at the Portsmouth Naval Shipyard, Kittery, Maine. The period of performance will be from 08/22/2017 - 10/10/2017 with an Option period from 10/11/2017 - 10/25/2017. ITEMDESCRIPTION 0001Rental (including Delivery and Return) of one (1) 1,000kW trailer-mounted Diesel Generator with built-in fuel tank iaw Attachment 1, Specifications. (Rental Period: 08/22/2017 - 10/10/2017. QTY = 7; UNIT OF ISSUE = WKS) 1001Option to Extend Item 0001 POP from: 10/11/2017 - 10/25/2017. QTY = 2; UNIT OF ISSUE = WKS *PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME. 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: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 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 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 52-217-9, Option to Extend the Term of the Contract 52.219-1 Alt, Small Business Program Representation 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 52.222-42, Statement of Equivalent Rates 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone- Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18, Contractor Policy to Ban Text Messages while Driving 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-1, Buy American -- Supplies 52.225-13, Restrictions on Foreign purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications 52.232-33, Payments by Electronic Funds Transfer - SAM 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 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms Offerors shall include a completed copy of 52.212-3 and it's ALT I with quotes, if the representation and certification is not available via SAM.gov. 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 at Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors 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 11:00 AM (EST) on 05/23/2017. Contact Deana Manfredi via email at deana.manfredi@navy.mil or by phone at 207-438-1630 for questions regarding this notice. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: •Technical Acceptability •Price •Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule.) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission 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. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. 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/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to: deana.manfredi@navy.mil. All Offerors are requested to fill out Attachment #2, RFQ Form in its entirety, submit the applicable Equipment Data Sheet/Specifications for the specific equipment (including Manufacturer Name and Model Number) it proposes to provide. The Government will only evaluate those specifically identified unit(s). No deviation from Attachment 1, Specifications, is authorized. All quotes shall include the Offeror's price(s), a point of contact name and phone number, CAGE Code, technical specifications of unit(s) offered, business size under NAICS Code 532490, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes in excess of fifteen (15) pages in total will not be accepted by email. ******End of Combined Synopsis/Solicitation*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f9fa6325e89bbbd869caf0b44245ec9)
 
Place of Performance
Address: Portsmouth Naval Shipyard (PNS), Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04507486-W 20170514/170512235622-8f9fa6325e89bbbd869caf0b44245ec9 (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.