Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

W -- ONE (1) 40' CONEX BOX RENTAL - Statement of Work - Package #2

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
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
N3904018RC80425
 
Point of Contact
Patricia M. Perkins, Phone: 2074384845
 
E-Mail Address
patricia.perkins@navy.mil
(patricia.perkins@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation Statement of Work 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 N3904018RC804245 This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Change Notice 20180629. 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 531130. This will be a 100% Small Business Set-Aside. The size standard for NAICS code 531130 is $27.5 million. Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of (1) One 40' Conex Box rental with office, with options, see attached Statement of Work for specifications; Place of Performance: Kittery, Maine. Period of Performance: 8/31/18-8/30/2019 with options to extend 8/31/19-8/30/20 and 8/31/20-12/1/2020. 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 (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 (Jan 2016) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Representation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Jan 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Equal Opportunity for Workers With Disabilities (July 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-1, Buy American - Supplies (May 2014) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-36, Payment by Third Party (May 2014) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-5, Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) Quoters shall include a completed copy of 52.212-3 and its 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 (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.207-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7001, Buy American and Balance of Payments Program (Nov 2014) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) This announcement will close at 12 PM EST 8/21/18. Contact Patricia Perkins at 207-438-4845 or email patricia.perkins@navy.mil 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. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications in attachment) - Price 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. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable 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 patricia.perkins@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 531130, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Quotes over 15 pages in total will not be accepted by email. 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/e048a7226eddd6a9e2991c1b0effda86)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN05039664-W 20180817/180815231735-e048a7226eddd6a9e2991c1b0effda86 (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.