Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

J -- OPTION - Preventative Maintenance (PM), Annual Battery Pack Replacement and Unscheduled Repair Services

Notice Date
2/13/2020 2:21:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N6588820RC61652
 
Response Due
2/18/2020 8:59:59 PM
 
Archive Date
08/16/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N6588820RC61652 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 100.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-02-18 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Lemoore, CA 93246 The FLC - San Diego requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 02/10/2020 - 02/09/2021 LI 001: Preventative Maintenance Services required to be performed once (1x) quarterly (i.e. once every 90 days), up to four (4) times annually. PM�s are to include inspection and evaluation of the equipment�s overall integrity, basic equipment cleaning, adjustments and replacement of consumable parts, and the specific tasks listed in the SOW., 4, EA; LI 002: The contractor will be required to perform replacement of the scrubber�s battery pack during the initial scheduled PM service under the base year period. The battery pack is to be replaced each year of performance during the PM service period. See SOW for battery specifications., 1, EA; LI 003: In the event that the scrubber becomes inoperable between the regularly scheduled PM services, the Government may require that the contractor perform an unscheduled repair service (URS). The Government will notify the contractor when a URS is required., 1, EA; Option 1 Period of Performance: 02/10/2021 - 02/09/2022 LI 001: Preventative Maintenance Services required to be performed once (1x) quarterly (i.e. once every 90 days), up to four (4) times annually. PM�s are to include inspection and evaluation of the equipment�s overall integrity, basic equipment cleaning, adjustments and replacement of consumable parts, and the specific tasks listed in the SOW., 4, EA; LI 002: The battery pack is to be replaced each year of performance during the PM service period. See SOW for battery specifications., 1, EA; LI 003: In the event that the scrubber becomes inoperable between the regularly scheduled PM services, the Government may require that the contractor perform an unscheduled repair service (URS). The Government will notify the contractor when a URS is required., 1, EA; Option 2 Period of Performance: 02/10/2022 - 02/09/2023 LI 001: Preventative Maintenance Services required to be performed once (1x) quarterly (i.e. once every 90 days), up to four (4) times annually. PM�s are to include inspection and evaluation of the equipment�s overall integrity, basic equipment cleaning, adjustments and replacement of consumable parts, and the specific tasks listed in the SOW., 4, EA; LI 002: The battery pack is to be replaced each year of performance during the PM service period. See SOW for battery specifications., 1, EA; LI 003: In the event that the scrubber becomes inoperable between the regularly scheduled PM services, the Government may require that the contractor perform an unscheduled repair service (URS). The Government will notify the contractor when a URS is required., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm Proposals will be evaluated on the following criteria: 1. Vendor must demonstrate competency of repair personal. Attach any relevant certifications and resumes that would provide evidence of proficiency in the tasks referenced in the statement of work . 2. Vendor must demonstrate the ready availability of parts. 3. Cost. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.204-7 System for Award Management 52.204-10 Reporting Subcontract Awards. 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Reporting 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-1 Instructions to Offerors�Commercial Items 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition 52.219-28 Post-Award Small Business Program Rerepresentation. 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 w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-18 Availability of Funds Protest after Award FAR 52.247-34 F.o.b. Destination applies 252.203-7005 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) Buy American Act & Balance of Payments (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba80c41a14e944dead96befc90c3152d/view)
 
Place of Performance
Address: Lemoore, CA 93246, USA
Zip Code: 93246
Country: USA
 
Record
SN05561820-F 20200215/200213230136 (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  © 1994-2020, Loren Data Corp.