Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

44 -- Dehumidifier Sub Base NLON, Groton CT

Notice Date
5/15/2020 11:12:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335210 — Small Electrical Appliance Manufacturing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904020Q0169
 
Response Due
6/15/2020 9:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Jonathan Copp, Phone: 2079940701, Christopher W. Dooley, Phone: 2079940374
 
E-Mail Address
jonathan.copp@navy.mil, Christopher.w.Dooley@navy.mil
(jonathan.copp@navy.mil, Christopher.w.Dooley@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on beta.sam.gov. The solicitation number for this procurement is N3904020Q00169 and is a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-04, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20200114. 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: http://farsite.hill.af.mil/vmfara.htm http://www.acq.osd.mil/dpap/dars/change_notices.html. The North American Industry Classification System (NAICS) code is 335210 and the small Business Size Standard is $35 million. This requirement will be a Total Small Business Set Aside. This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: jonathan.copp@navy.mil The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEM�������������� Unit������������������������ DESCRIPTION CLIN 0001����� 28 Weeks 10,000 CFM Dehumidifier per Statement of Work CLIN 0002������ 28 Weeks 10,000 CFM Dehumidifier per Statement of Work CLIN 1001������ 28 Weeks In place of CLIN 001 and CLIN 0002 15,000 CFM Dehumidifier per Statement of work 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: C-202-H001 Additional Definitions Basic (Navsea) (Oct 2018) C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Oct 2018) C-211-H018 Approval by the Government (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-H004 Management And Disposal Of Hazardous Waste C-247-H001 Permits and Responisbilites (Navsea) ���(Dec 2018) D-247-H002 Packaging Of Supplies�Basic (Navsea) (Oct 2018) D -247-H004 Marking And Packing List-Basic (NAVSEA) (Oct 2018) D-247-W001 Prohibited Packing Materials (NAVSEA) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (NAVSEA) (Oct 2018) F-247-N002 Instruction For Deliveries To The Portsmouth Naval Shipyard (NAVSEA) (Mar 2019) 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) G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018) H-223-N001 Information On Exposure To Hazardous Material 52.203-18���� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation 52.203-19���� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7������ System for Award Management 52.204-10���� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 ��� System for Award Management Maintenance 52.204-16���� Commercial and Government Entity Code Reporting 52.204-17 ��� Ownership or Control of Offeror 52.204-18���� Commercial and Government Entity Code Maintenance 52.204-19���� Incorporation by Reference of Representations and Certifications. 52.204-20���� Predecessor of Offeror 52.204-21���� Basic Safeguarding of Covered Contractor Information Systems 52.204-22���� Alternative Line Item Proposal 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 on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-2������ Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 ����� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10���� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11���� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ��� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15���� Defense Priority And Allocation Requirements 52.212-1������ Instructions to Offerors--Commercial Items 52.212-2������ Evaluation - Commercial Item **This Award Will Be Made To The Lowest Price, Technically Acceptable Offer** 52.212-3������ 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 52.217-8������ Option to Extend Services 52.217-9������ Option to Extend the Term of the Contract 52.219-1 ����� Alt� Small Business Program Representations 52.219-6������ Notice of Total Small Business Set-Aside 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 52.222-36���� Equal Opportunity for Workers with Disabilities 52.223-3������ Hazardous Material Identification and Material Safety Data 52.223-11���� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 ��� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13���� Restrictions on Certain Foreign Purchases 52.225-25���� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-18���� Availability of Funds 52.232-33���� Payment by Electronic Funds Transfer--System for Award Management 52.232-36���� Payment by Third Party 52.232-39���� Unenforceability of Unauthorized Obligations 52.232-40���� Providing Accelerated Payments to Small Business Subcontractor 52.233-3������ Protest After Award 52.233-4������ Applicable Law for Breach of Contract Claim 52.236-13�� Accident Prevention--Alternate I 52.237-2������ Protection Of Government Buildings, Equipment, And Vegetation 52.242-15���� Stop-Work Order 52.242-17���� Government Delay of Work 52.247-34���� F.O.B. Destination 52.252-1������ Solicitation Provisions Incorporated by Reference 52.252-2������ Clauses Incorporated By Reference 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://farsite.hill.af.mil/vmfara.htm or �http://www.acq.osd.mil/dpap/dars/change_notices.html. 52.252-6������ Authorized Deviations In Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS 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 252.203-7005����� Representation Relating to Compensation of Former DoD Officials 252.204-7003����� Control Of Government Personnel Work Product 252.204-7006����� Billing Instructions 252.204-7008����� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009����� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012����� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000������ Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013����� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7001����� Hazard Warning Labels 252.223-7008������ Prohibition of Hexavalent Chromium 252.225-7031������ Secondary Arab Boycott of Israel. 252.225-7048����� Export-Controlled Items 252.231-7000����� Supplemental Cost Principles. 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006����� Wide Area WorkFlow Payment Instructions 252.232-7010����� Levies on Contract Payments 252.237-7010������ Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ����� Pricing of Contract Modifications. 252.244-7000����� Subcontracts for Commercial Items 252.247-7023����� Transportation of Supplies by Sea 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 and document capabilities) Price (Lowest Price Technically Acceptable, after adherence to other factors) 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 may be cause for rejection of the quote for all line items. This announcement will close at 12:00 PM EST on 15 June 2020. Contact Jonathan Copp at 207- 994-0701 or email Jonathan.copp@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Submit Attached RFQ Form ****** End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1048da9cc0e4492fa1732f9434275c12/view)
 
Place of Performance
Address: Groton, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN05659438-F 20200517/200516071018 (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.