SOLICITATION NOTICE
J -- Procure and replace batteries as part of an existing UPS system in accordance with the statement of work.
- Notice Date
- 8/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883617Q0183
- Response Due
- 8/28/2017
- Archive Date
- 9/12/2017
- Point of Contact
- David Cheetham 904-542-1103
- Small Business Set-Aside
- N/A
- 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 (https://www.neco.navy.mil/). The RFQ number is __N68836-17-Q-0183__. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95_ and DFARS Publication 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 these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is __335911__ and the Small Business Standard is 500 (EMPLOYEES). This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Jacksonville requests responses from qualified sources capable of providing: 0001:104EachBATTERIES REPLACE EXISTING BATTERIES IN UPS SYSTEMS WITH DEKA UNIGY 31HR400 BATTERIES (100% OR EQUIVALENT) INCLUDING INSTALLATION, AND RECYCLYING OF EXISTING BATTERIES IN ACCORDANCE WITH THE STATEMENT OF WORK. 0002:12EachBATTERIES REPLACE EXISTING BATTERIES IN UPS SYSTEMS WITH PANASONIC 12V LC-VA 1233P BATTERIES (OR 100% EQUIVALENT) INCLUDING INSTALLATION, AND RECYCLYING OF EXISTING BATTERIES. Delivery [Period of performance] is 14 days After Date of Contract; Delivery Location is NAS Corpus Christi, TX 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: 52.204-7 System for Award Management, as prescribed in FAR 4.1105(a)(1) 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting, as prescribed in FAR 4.1804(a) 52.204-17 Ownership or Control of Offeror, as prescribed in FAR 4.1804(b) 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, as prescribed in FAR 9.108-5(b) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, as prescribed in FAR 9.104-7(d) 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 52.222-3 Convict Labor, as prescribed in FAR 22.202 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts And Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-37 Employment Reports on Veterans, as prescribed in FAR 22.1310(b) 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-39 Unenforceability of Unauthorized Obligations, as prescribed in FAR 32.706-3 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 52.246-1 Contractor Inspection Requirements 52.247-34 F.O.B. Destination 52.252-1Solicitation Provisions Incorporated by Reference, as prescribed in FAR 52.107(a) 52.252-2 Clauses Incorporated by Reference, as prescribed in FAR 52.107(b) The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are under each CLIN. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products Quoters shall 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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2017-O0001) Nov 2016 252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b) 252.204-7004 Alternate A, System for Award Management, as prescribed in DFARS 204.1105 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016 252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing of Contract Modifications, as prescribed in DFARS 243.205-70 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b)(1) This announcement will close at __11:00 AM Eastern Time on August 28, 2017. Contact David Cheetham who can be reached at 904-542-1103 or email david.s.cheetham1@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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 delivery/a determination of responsibility/ technically acceptable low bids and past performance will be used to determine the awardee. System for Award Management (SAM). Quoters 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), FOB Destination (NAS Corpus Christi), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Past Performance: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/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. Qualification at Time of Award Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7bc32d4deadd4631e6ed7e07f40d83a2)
- Record
- SN04641251-W 20170824/170822232800-7bc32d4deadd4631e6ed7e07f40d83a2 (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 |