Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

J -- Power Diesel Generator Rental

Notice Date
3/25/2020 11:34:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
SUP OF SHIPBUILDING GROTON GROTON CT 06340-4990 USA
 
ZIP Code
06340-4990
 
Solicitation Number
N6278920Q0012
 
Response Due
4/10/2020 9:00:00 AM
 
Archive Date
06/15/2020
 
Point of Contact
David Figueroa, Phone: 8604336168, Michele A. Solarek, Phone: 8604333058
 
E-Mail Address
david.figueroa@navy.mil, michele.solarek1@navy.mil
(david.figueroa@navy.mil, michele.solarek1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001:� The purpose of this amendment is to include answers to questions posed by potential offerors. These answers are being provided for your clarification. 1. What date does the equipment need to be delivered? � � �The equipment needs to be onsite at the start of the Period of Performance (POP) on 01 June 2020. 2. How long exactly will the rental be for? � � �The rental will be for the duration of the POP from 01 June 2020 to 30 September 2020. 3. Approximately how many hours per day will the generator run for? � � �The generator will be used for emergencies and back-up power only for a rough estimate of approximately 20 total hours of use over the entire rental period. 4. Do we need to provide cable and/or any distribution equipment? � � �The Government will provide cam lock rated cables to be bolted to the generator bus bars. No distribution equipment is required from the Vendor. 5. Will you need us to provide fuel service? � � �The Government will provide fuel. The generator should be delivered with empty or minimal fuel. 6. Would you like us to include our Rental Protection Plan on the quote? � � �In accordance with the Specifications, the Vendor is responsible for providing a generator that functions and performs within the normal parameters of its intended use. If the generator fails to perform and function within the normal parameters, the Vendor is responsible for replacing the defective generators within 48-hours at no additional cost to the Government. Additionally, the Vendor shall provide qualified personnel to respond to Emergency Service requests within 4 hours of notification by the Government Technical Point of Contact (GTPOC) in accordance with the Specifications. 7. Do you need us to provide any labor for setup and/or breakdown? � � �In accordance with the Specifications, the Vendor shall provide an on-site demonstration on the proper usage of the generator to designated Naval Submarine Support Facility (NSSF) Personnel at the time of delivery. The hands-on demo shall include, but is not limited to: the basic�connectivity, operation procedures, functionality, capabilities, and safety of the generator. Additionally, the Vendor shall provide a copy of all related owner�s manuals and instructions at�the time of delivery. 8. Would generators from 2015 be considered �not older than 5-years old� and acceptable for this bid? � � �The generator must not exceed 5 years of age by the end of the rental period 30 September 2020. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 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. Solicitation Number N6278920Q0012 is issued as a Request for Quotes (RFQ). The solicitation and incorporated provisions and clauses are in effect through the most current Federal Acquisition Circular (FAC) 2020-04 with an effective date of 15 January 2020. This is a 100% Total Small-Business Set-Aside. The North American Industrial Classification System (NAICS) Code for this acquisition is 532490. The Small Business Size Standard is $35,000,000. The Product and Service Code (PSC) is J019. Supervisor of Shipbuilding (SUPSHIP) Conversion and Repair, Groton CT intends to award a Firm Fixed Price purchase order for this procurement. CLIN 0001: Vendor shall provide one (1) 1000 kilowatt (kW) power diesel generator for rental to the USS Hartford (SSN 768) in accordance with Attachment 0001:�Specifications. Period of Performance for Rental: 01 June 2020 � 30 September 2020 Offerors must be registered and active in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at: https://sam.gov/SAM/pages/public/index.jsf. Proposals are due prior to 12:00PM ET, 10 April 2020. Late submissions will not be accepted. Any subsequent amendments will be posted to the beta.SAM.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation and for monitoring the website for any amendments. ��������The Contracting Officer will not provide hardcopies or email copies of the solicitation. Offerors are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their proposal to be determined unacceptable and therefore not eligible for award. Failure to submit any of the information requested by this solicitation may be cause for unfavorable consideration. Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: david.figueroa@navy.mil. � Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. All correspondence in conjunction with this acquisition should be emailed to david.figueroa@navy.mil.� In accordance with the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and Naval Sea Systems Command (NAVSEA), the provisions and clauses referenced hereafter are applicable to this acquisition: C-202-H001 Additional Definitions�Basic (NAVSEA) OCT 2018 C-204-H001 Use of Navy Support Contractors for Official Contract Files (NAVSEA) OCT 2018 C-211-H018 Approval by the Government (NAVSEA) JAN 2019 C-212-W001 Contract Terms and Conditions�Commercial Items Addendum to 52.212-4 (NAVSEA) OCT 2018 C-223-W002 On-Site Safety Requirements (NAVSEA) OCT 2018 C-227-H013 Reporting the Intended Use of Government-Unique Marks (NAVSEA) JAN 2020 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (NAVSEA) JUN 2018 G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) JAN 2019 G-242-H001 Government Contract Administration Points-of-Contact and Responsibilities (NAVSEA) OCT 2018 G-242-H002 Hours of Operation and Holiday Schedule (NAVSEA) OCT 2018 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2019 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-4 Contract Terms and Conditions�Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items JAN 2020 52.219-6 Notice of Total Small Business Set-Aside DEV 2019-O0003 NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation�JULY 2013 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-41 Service Contract Labor Standards AUG 2018 52.222-50 Combating Trafficking in Persons JAN 2019 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements MAY 2014 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-11 Extras APR 1984 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 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 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.252-2 Clauses Incorporated by Reference FEB 1998 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7048 Export-Controlled Items JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea FEB 2019 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation JAN 2017 52.204-20 Predecessor of Offeror JUL 2016 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2019 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.212-1 Instructions to Offerors�Commercial Items DEV 2018-O0018 OCT 2018 52.212-3 Offeror Representations and Certifications�Commercial Items DEC 2019 52.219-1 Alt I Small Business Program Representations � �Alternate I SEP 2015 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Certification MAY 2014 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications AUG 2018 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7007 Alternate A, Annual Representations and Certifications DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-26 Covered Telecommunications Equipment or Services�Representation DEC 2019 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan�Certification� AUG 2009 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications AUG 2018 52.237-1 Site Visit APR 1984 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 252.206-7000 Domestic Source Restriction DEC 1991 252.209-7998 Representation Regarding Conviction of a Felony Criminal DEV 2012-O0007 MAR 2012 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DEV 2012-O0004 JAN 2012 252.226-7002 Representation for Demonstration Project for Contractors Employing Persons with Disabilities DEC 2019 L-204-H001 Facility Security Clearance (NAVSEA) OCT 2018 L-204-H003 Notification of Use of Navy Support Contractors for Official Contract Files (NAVSEA) APR 2019 For Contractor personnel that do not have a Common Access Card (CAC) or a Navy Commercial Access Control System (NCACS) card, the following is required to obtain Defense Biometric Identification System (DBIDS) credentials to gain access to the base for delivery: 1. Ensure you provide the names of personnel requiring access to the Naval Submarine Base to the Regional Support Group (RSG) Point of Contact (POC). RSG will pass the information to the Submarine Base Pass and ID office as your Government sponsor. 2. Upon arrival at the Submarine Base, present valid identification such as a Real ID Act-compliant state driver's license. If you do not have a Real ID Act-compliant state driver�s license, you can use a passport. If you do not have a passport, you will be required to have an original birth certificate and your Social Security Card (not just your number). 3. Present a completed copy of the SECNAV 5512/1 form to obtain your background check. A copy of the SECNAV 5512/1 form can be obtained by contacting the RSG POC. 4. Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, fingerprints, base restrictions, and several other assessments. After all this is done, you will be provided with your new DBIDS credential. The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. The lowest priced offeror will be evaluated first for technical acceptability. If determined to be technically unacceptable, the next lowest offer will be evaluated, etc. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest priced, technically acceptable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6555df81a13f42269011ff1245e0507e/view)
 
Place of Performance
Address: Groton, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN05599795-F 20200327/200325230140 (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.