Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOLICITATION NOTICE

J -- Generator Maintenance

Notice Date
11/5/2020 9:24:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6244
 
Response Due
3/19/2020 12:00:00 AM
 
Archive Date
11/20/2020
 
Point of Contact
Frederick Espiritu
 
E-Mail Address
frederick.p.espiritu@navy.mil
(frederick.p.espiritu@navy.mil)
 
Awardee
null
 
Description
Amend 0002 Effective 3/18/20 Purpose of this modification is to extend close date to 3/19/20 to get more quotes, delays due to the Corona virus Pandemic. Attach Representation documents. All other terms and conditions remain unchanged. ------------------------------------------------------------------- Amend 0001 Effective 3/11/20 Purpose of this modification is for Q&A. Question: I need to know if these are just standby generators or online generators, and if they are how many hours are they ran a month Answer: The generators are in Standby mode for emergency purposes only. We're allowed to run (exercise/non-emergency) 30 hours a year or 2.5 hours a month. Our vendor runs them for .5 hours each month as part of their PM. All other terms and conditions remain unchanged. ------------------------------------------------------ REQUEST FOR QUOTATION (RFQ) PR #1300834293: N66001-20-Q-6244 DESCRIPTION OF REQUIREMENTS Naval Information Warfare Center Pacific (NIWC Pacific) is seeking to acquire Generator Maintenance. Per SOW requirement. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Please see attached SOW Generator Maintenance: The scope of this task is to provide materials, labor, tools and equipment necessary to provide complete maintenance as specified by the engine and control manufacture or servicing company's maintenance standard operating procedures (SOP) for the following equipment: Alpha Model # Kohler 150ROZJ Transfer Switch Model # Kohler K-568541-0600 Unit Serial # 388159 Transfer Switch Serial # K73812 Beta Model # Kohler 150ROZJ Transfer Switch Model # Kohler K-568541-0600 Unit Serial # 0688488 Transfer Switch Serial # K0688112 Gamma Model # Kohler 350REOZV Transfer Switch Model # KCT-AMVA -0600S Unit Serial # 2027584 Transfer Switch Serial # K2019500 Delta Model # Caterpillar XQ400 Transfer Switch Model # GE-Zenith MX150 Unit Serial # X4R00133 Transfer Switch Serial # 1573268 Engine C15 Serial # 00283 The Period of performance is one year from date of award: Place of Performance Four (4) units located at: SPAWARSYSCEN San Diego 49590 Lassing Road San Diego CA 92152 Bldg. 1 - Point Loma Campus OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the most advantageous offer to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: The ""Brand Name"" item (including part number) along with the salient physical, functional, and performance characteristics that a ""Brand Name"" product must meet are specified in the item descriptions given in the table above. Offerors shall provide a quote (no page limit) that identifies the Brand Name item. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Authorized Source Confirmation: The following product certification statement below applies to all line items and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor may be required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. Additionally, all offerors are required to provide new originally packaged items that are TAA compliant. c. Counterfeit IT Certification: The statement below applies to all CLIN(s). The offeror/contractor certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror/contractor further certifies that it is authorized by the manufacturer to sell the product(s). The offeror may be required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: � Manufacturing occurs in the U.S., but more than 50% is foreign content � Originally foreign manufactured products significantly modified by U.S. company The contractor assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a no cost cancellation or partial termination for default/cause for noncompliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing or are priced out separately per the table above. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the most advantageous offer to the Government offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: � This requirement contains supplies that are Brand Name pursuant to FAR 16.505(a)(4) Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the product being offered is an original, new, TAA compliant (reference 2(c) above) and is the specific brand name product identified above. The Government will only accept the required brand name product. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above or provided as a separate line as outlined in paragraph #3 above. Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Government RFQ Point of Contract: The point of contact for this solicitation is Frederick.p.espiritu@navy.mil. Reference the Solicitation RFQ# and PR #1300834293 on all email exchanges regarding this acquisition. The following provisions are incorporated by reference: 52.204-7 System for Award Management (Oct 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-26 Covered telecommunications Equipment or Services�Representation (Dec 2019) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 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 Service�Representation (Dec 2019) The following clauses are incorporated by reference: 52.204-13 System for Award Management Maintenance (October 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services of Equipment (AUG 2019) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (December 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (September 2011) 252.204-7004 Antiterrorism Awareness Training for Contractors. (FEB 2019) 252.204-7008 Compliance with Safeguarding Covered Defense Info Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.211-7003 Item Unique Identification and Valuation (March 2016) 252.211-7008 Use of Government-Assigned Serial Numbers (September 2010) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7001 Buy American and Balance of Payments Program-- Basic DEC 2017 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020- O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (December 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (December 2018) 252.232-7010 Levies on Contract Payments (December 2006) 252.239-7017 Notice of Supply Chain Risk (Deviation 2018-O0020) (Sep2018) 252.239-7018 Supply Chain Risk (DEVIATION 2018-O0020) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.246-7008 Sources of Electronic Parts (May 2018) 252.247-7023 Transportation of Supplies by SEA (February 2019)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2108c6687bca418cb5139c7348327a51/view)
 
Record
SN05846942-F 20201107/201105230143 (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.