Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

20 -- Marine AC Chiller

Notice Date
12/4/2019 12:00:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N32205-20-Q-2067
 
Response Due
12/10/2019 7:00:00 AM
 
Archive Date
12/25/2019
 
Point of Contact
Brandon A. Page, Phone: 7574433583, Tommy A. Hale, Phone: 7574435880
 
E-Mail Address
Brandon.A.Page@navy.mil, tommy.a.hale@navy.mil
(Brandon.A.Page@navy.mil, tommy.a.hale@navy.mil)
 
Description
MILITARY SEALIFT COMMANDN10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATECOMBINED SYNOPSIS/SOLICITATION TEMPLATEMilitary Sealift Command Combined Synopsis and Solicitation Notice Information1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.2. Solicitation number is N32205-20-Q-2067 and is being issued as a Request for Quotes (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01 Effective 11/12/2019 located on https://www.acquisition.gov4. The associated NAICS code is 333415 and the associated PSC code is 2090 for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured.1 is not being set-aside for small businesses. 0 is being set-aside for small business program. The small business size standard is 1250.5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options: Required Parts ListCLIN PART NUMBER DESCRIPTION QUANTITY UNIT OF MEASURE Lead Time0001 30HXS136RY-6-MAR SEA WATER MARINE CHILLER, 428KWUNIT SHALL BE MOUNTED ON SKID. A CARRIER TRANSICOLD SEAWATER COOLED SCREW CHILLER PACKAGED UNIT THAT IS A STANDARD CARRIER MODEL 30HXS136ZY-671KA CHILLER WHICH HAS BEEN MODIFIED FOR SHIPBOARD APPLICATION. THE MODIFICATIONS INCLUDE: FACTORY INSTALLED CONTROL VOLTAGE TRANSFORMER (115-V) IN THE ABOVE PANEL.NON FUSED DISCONNECT (NFD) SWITCHES HAVE BEEN INSTALLED. EACH DISCONNECT WILL STOP POWER FOR THAT CIRCUIT. CIRCUIT A NFD WILL DE ENERGIZE THE CONTROL TRANSFORMER.ANSI RAISE FACED FLANGES ON THE COOLER ASSEMBLY. COOLER HEADS HAVE BEEN INSULATED FROM THE FACTORY.NEMA 4 CONTROL PANEL AND COMPRESSOR JUNCTION BOXES WITH SEALTIGHT CONDUIT HAVE BEEN INSTALLED. THE PRESSURE TRANSDUCERS HAVE BEEN MOVED INTO NEMA 4 JUNCTION BOXES WITH EXTENDED CAPILLARY LINES.MINIMUM LOAD CONTROL, SUCTION SERVICE VALVE AND MARINE 2-PART EPOXY PAINT OPTIONS INCLUDED. VIBRATION MOUNTS FOR CHILLER AND MOUNTING BRACKETS TO BE INCLUDED 1 EA 6. MSC NORFOLK will issue a Firm Fixed-Price Purchase Order for Carrier name materials listed in the above table. Original Equipment Manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. 7. The required delivery is FOB Destination and acceptance date is07/06/2020. Delivery and acceptance will occur at Military Sealift Command, N40443, MSC SSU BATS, 9284 BALBOA AVE, SAN DIEGO, CA, 92123 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is incorporated by reference. The provision is amended as follows: 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS a. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. b. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. c. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order. d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. e. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: Responsible sources shall provide the following:1. Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price2. Total Firm Fixed price3. Any Discount Terms4. Estimated time of delivery5. Technical Submission Requirementsa. For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.b. For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW).6. Responses to the solicitation are due 10 December 2019 at 10:00 am Eastern. Quotes may be e-mailed to Brandon Page at Brandon.A.Page@navy.mil. To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Quotes received after that time will be considered at the Government’s sole discretion. Please reference the solicitation number on your quote. Primary Point of Contact: Brandon A. Page 757-443-3583 Secondary Point of Contact: Tommy A. Hale 757-341-7683 The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1. Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable. 9. Provision 52.212-2 Evaluation—Commercial Items (Oct 2014) applies to this acquisition. (a) The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance, if applicable (see FAR 15.304); justification is required if this is not assessed when the value of the procurement is over the limits set in FAR 15.304(c)(3)(i) and any applicable deviations.Award shall be made to the lowest priced technically acceptable offeror in LPTA solicitations.To be considered a technically acceptable solution for a parts procurement, the quoted parts shall meet the solicitation requirements including required parts, delivery dates, and terms and conditions stated in the solicitation. To be considered a technically acceptable solution for a service, the quoted service shall meet the solicitation requirements including terms and conditions stated in the solicitation. The quote shall state that all aspects of the technical requirement, including required delivery date and part numbers, can be met. If utilized, a past performance evaluation will be conducted in accordance with FAR 13.106-2(b)(3)(ii)(C). The Government intends to utilize the Government Wide Past Performance Information Retrieval System (PPIRS) for past performance evaluations as a basis for anticipating successful/unsuccessful performance on this required effort. To be considered acceptable for past performance, a search of the PPIRS must reveal no negative past performance information for the recent and relevant records. In the event there are no recent and/or relevant PPIRS records, the quoter may submit information on recent and relevant subcontracts and/or commercial contracts. If no recent and relevant contracts are available in PPIRS or submitted by the offeror, the quoter’s past performance record shall be considered “unknown.” In the context of acceptable or unacceptable, “unknown” past performance shall be considered “acceptable.” To be considered recent, the effort must either still be in progress or have been completed within the previous three (3) years from date of this draft award notice. To be considered relevant the record should be similar in terms of complexity, scope, and magnitude. “Scope” is defined as experience in areas defined in the SOW. “Magnitude” is defined as the measure of similarity of the volume, dollar value, and/or duration of work actually performed under the quoter’s submitted contracts to the SOW. At the quoter’s discretion, additional past performance information may be submitted with the quote as a supplement to PPIRS. If furnished, this submission will be evaluated in accordance with the procedures described above. The Government will evaluate quoted pricing for reasonableness utilizing techniques described in FAR 13.106-3. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror by the Government within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.10. All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. 11. Clause 52.212-4 Contract Terms and Conditions - Commercial items, applies to this acquisition.Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation.12. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition along with the following FAR Clauses cited in the clause are applicable. 52.203-6 Restrictions on Subcontractors 52.204-10 Reporting Executive Compensation and First Tier Subcontractors 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program 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, 52.222-35 Equal Opportunity for Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans 52.222-50 Combating Trafficking in Person 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 13. The following additional information is applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by ReferenceThis solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: FAR (http://acquisition.gov/far)DFARS (http://www.acq.osd.mil/dpap/dars/dfarspgi/current/)52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://acquisition.gov/farhttp://www.acq.osd.mil/dpap/dars/dfarspgi/current (End of clause)52.252-5 Authorized Deviations in Provisions(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision.The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.(End of clause)WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONSIn accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.CAUTION - BRAND NAME ONLYBy accepting this purchase order, the Vendor expressly understands and acknowledges that this purchase order is only for the brand name items and parts identified in this purchase order and that the brand name items and parts constitute a material term of this purchase order. The Vendor shall not tender for delivery any substitute and/or alleged equal item or part. The Vendor is hereby warned that any substitute and/or alleged equal item or part tendered for delivery will be rejected by the Government as a non-conforming item and will provide a basis to cancel the purchase order or terminate the purchase order for cause. The Vendor shall be responsible for all costs, such as but not limited to shipping, delivery, repackaging, etc., and arrangements for the return of any non-conforming item. " MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012)The information contained in this instruction is supplemental to DFARS 252.232-7006.The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations, the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface.The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing.Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. SHIP & BASE ACCESSDefense Biometric Identification System (DBIDS) is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico (replaces RapidGate). Vendor is responsible to acquire DBIDS credentials prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at https://www.cnic.navy.mil/om/dbids.html. DBIDS credentials require (in succession) (1) Present a letter or official document from the Government sponsoring organization that provides the purpose for your access, (2) Present valid identification, such as a passport or Real ID Act-compliant state driver's license, (3) Present a completed copy of the SECNAV 5512/1 form to obtain your background check, (4) Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments, and (5) After all of this is done, the contractor will be provided with the DBDIS credential. For vendors with existing Navy Commercial Access Control System (NCACS) cards, see https://www.cnic.navy.mil/om/dbids.html for instructions to obtain DBIDS credentials. Vendor is responsible to confirm that each employee held DBIDS credentials are active for the specific facility and performance period in accordance with DBIDS.Additional access permissions may be required in the future.Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted. 14. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.15. Quotes may be only hand delivered, mailed, or e-mailed directly to tommy.a.hale@navy.mil, the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable.E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Hand delivered and mailed quotes shall be sent to the following location: Military Sealift Command Attn: Brandon Page N1014-A2 Bldg SP-64 471 East C Street Norfolk, VA 23511 Access to the Naval Base and MSC offices is restricted. Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility. Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays. In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission A hard copy or electronic copy of quote submissions will be considered the official quote submission for evaluation purposes.16. The following additional FAR and DFARS clauses are applicable to this acquisition: The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management (Jul 2013)52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013)52.212-3 Offeror Representations and Certifications - Commercial Items (May 2014)52.212-3 Alt I Offeror Representations and Certifications - Commercial Items—Alt I (May 2014)52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013)52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification (Dec 2012)52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)52.247-34 F.o.b. Destination (Nov 1991)252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009)252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)252.204-7000 Disclosure of Information (Aug 2013)252.204-7003 Control of Government Personnel Work Product (Apr 1992)252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.211-7003 Item Identification and Validation (Jun 2013)252.211-7008 Use of Government-Assigned Serial Numbers (March 2016)252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) (Supplies or maintenance and repair services)252.225-7001 Buy American And Balance of Payments Program (Dec 2012)252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)252.225-7008 Restriction on Acquisition of Specialty Metals252.225-7012 Preference For Certain Domestic Commodities252.225-7013 Duty-Free Entry--Basic252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)252.244-7000 Subcontracts for Commercial Items (Jun 2013)252.246-7003 Notification of Potential Safety Issues (Jun 2013)252.247-7023 Transportation of Supplies by Sea (Jun 2013)17. For additional information regarding this solicitation contact Brandon Page at Brandon.A.Page@navy.mil, 757-443-3583.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/31d2c2634938460f83b29cfebf03e695/view)
 
Place of Performance
Address: 66000, CA 92123, USA
Zip Code: 92123
Country: USA
 
Record
SN05508925-F 20191206/191204230257 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.