Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2021 SAM #7203
SOLICITATION NOTICE

W -- Rental/Lease of 480V Load Bank, Step Down Transformer, Cables & Training

Notice Date
8/19/2021 2:15:30 PM
 
Notice Type
Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A21Q1342
 
Response Due
8/31/2021 8:00:00 AM
 
Archive Date
09/15/2021
 
Point of Contact
Angela M Charpia, Phone: 3604764022, Remo Dela Cruz
 
E-Mail Address
angela.charpia@navy.mil, remodino.delacruz@navy.mil
(angela.charpia@navy.mil, remodino.delacruz@navy.mil)
 
Description
This is a request for quote for commercial items, 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. Solicitation # N4523A21Q1342 is being issued for a firm fixed price contract for a commercial contract, for equipment rental and training services. Solicitation # N4523A21Q1342 is being issued for a firm fixed price contract for a commercial contract, for equipment rental and training services.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06, dated 12 July 2021. This is a full and open solicitation, with no set aside. The North American Industry Classification System (NAICS) code for this work is 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing ), with a Business Size Standard of $32,500,000.00. The Product Service Code Class is W059 (Lease or rental of equipment- electrical and electronic equipment components). CLIN 0001; EQUIPMENT RENTAL - LOAD BANK TRANSFORMER DESCRIPTION: FFP (9) Month Rental/Lease of a 480Volt Alternating Current (VAC), 2.5MW (min.) load bank, 4160VAC-480VAC step down transformer, and medium voltage portable cables, to include initial operational training as per the PWS (Attachment 1). Total Price Per. Month:����� $___________________ Total Proposed Price:�������� $___________________ This will be a non-personal service contract. Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) requires resistive/reactive load bank, support equipment, and equipment operation training to test 4160VAC shipboard diesel generators while dry- docked. This is to be accomplished by Renting/leasing of a 480VAC, 2.5MW (min.) load bank, 4160VAC-480VAC step down transformer, and medium voltage portable cables to serve as part of testing equipment to test 4160VAC diesel generators. We also require equipment operation training, after delivery, so we are prepared to use the equipment for the nine-month leasing period. The work to be performed under this contract will be performed at Puget Sound Naval Shipyard, Bremerton Washington. FOB: Destination The Puget Sound Naval Shipyard and Intermediate Maintenance Facility requires Equipment Rental/leasing services as well as on-site training. This service contract will provide required services needed. A full description of all requirements associated with this contract action are provided in a detailed Performance Work Statement (Attachment 1). The Estimated Period of Performance is as follows: 09/15/21 to 06/15/22 Offerors must be registered in the System for Award Management (SAM) database prior to award of a DOD Contract. A contract cannot be awarded to a contractor not registered in SAM. Remember to review your NAICS codes listed in your SAM record to makes sure, you have listed the NAICS code for this procurement. Registration is free and can be completed online at http://www.sam.gov/ THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB - SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ Method of Payment: DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Clauses & Provisions Incorporated by Reference. FAR : 52.204-2 Security Requirements (MAR 2021) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.212-1, Instructions to Offerors - Commercial Items (JUL 2021) 52.212-3���� Offeror Representations and Certifications--Commercial Items (FEB 2021) 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) 52.223-6 Drug-Free Workplace (MAY 2001) 52.223-6 Drug-Free Workplace (MAY 2001) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.247-34 F.O.B. Destination (NOV 2019) 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) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance w/ Safeguarding Covered Defense Information Controls (OCT 2016) 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 & Cyber Incident Reporting (DEC2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.204-19 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.225-7048 � Export �Controlled Items (JUN 2013) 252.225-7048 � Export �Controlled Items (JUN 2013) 252.232-7010 - Levies on Contract Payments (DEC 2006) 252.244-7000 � Subcontracts for Commercial Items (JAN 2021) 252.244-7000 � Subcontracts for Commercial Items (JAN 2021) Clauses & Provisions Incorporated by Full Text. 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020) ��� (a).� Definitions. As used in this provision-- ���������� Commercial and Government Entity (CAGE) code means� An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest-level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities, and equipment, and the common use of employees. �� (b)� The Offeror represents that it [�� ] has or [� ] does not have an immediate owner. If the�Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. �� (c)�� If the Offeror indicates ``has'' in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:� ______________________ Immediate owner legal name:�_______________________________���� (Do not use a ``doing business as'' name) Is the immediate owner owned or controlled by another entity?: [�������� ] Yes or [��������� ] No. ���� (d)�� If the Offeror indicates ``yes'' in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code:_______________ Highest-level owner legal name:� _________________________________ (Do not use a ``doing business as'' name) (End of provision) 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): FAR - https://acquisition.gov/far/index.html and DFARS - �www.acq.osd.mil/dpap/dars/dfarspgi/current/ Attachments 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) (Attachment 2) FAR 52.212-1, Instructions to Offerors - Commercial Items (Addendum) (Attachment 3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Attachment 4) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. All responsible sources may submit a proposal, which shall be considered by the agency. Quotes must be submitted via email to angela.charpia@navy.mil and remodino.delacruz@navy.mi l by 11:00 a.m. Pacific Standard Time on 31 August 2021. Any award resulting from this RFP will be made based on the lowest evaluated priced offer that meets the performance work statement requirements. All questions concerning this solicitation shall be addressed to angela.charpia@navy.mil�and remodino.delacruz@navy.mil . All requests/inquiries must be emailed and received by 24 August 2021 by 11:00 a.m. (Pacific). Responses will be posted to sam.gov, under Contract Opportunities. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Juliet Roske. Direct: (360) 476-1327 Email: juliet.r.roske@navy.mil NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Quotes are due by 31 August, 2021, 11:00 a.m. Pacific Time
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae73f6a226884731a68814441f7619b6/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN06103628-F 20210821/210821203414 (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.