The RFP Database
New business relationships start here

Calibration and Repairs


Maine, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

 


 


This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, under the guidance of FAR Subpart 6.302 - Circumstances Permitting Other Than Full and Open Competition as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.  This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://www.fbo.gov).  The Request For Quote (RFQ) number is N39040-17-T-0017.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222.  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: https://www.acquisition.gov/browsefar and http://www.acq.osd.mil/dpap/dfars/index.htm.


The NAICS code is 541690 and the Small Business Standard is $15,000,000.00.


 


The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302.  Interested persons may identify their interest and capability to respond to the requirement or submit proposals.  This notice of intent is not a request for competitive proposals.  The proposed requirement and contract is sole sourced to Automated Precision Inc. due to internal copyright issues, proprietary information, retention of warranty issues and availability of replacement parts.  Negotiations are to be conducted with that company.  A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.  The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:  Calibration with certification documentation, and unplanned parts and repairs of various Automated Precision Inc laser trackers.  Approximate period of performance:  Earliest mutually agreeable date between August 25, 2017 and August 24, 2018.  Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.  Awardee must provide materials and equipment needed to complete requirement.


 


CLINs 0001through 0008:  Calibration, unplanned repairs and related certifications needed for various laser trackers manufactured by Automated Precision Inc.

 

The following FAR provisions and clauses are applicable to this procurement: 


  

52.204-7, System for Award Management

52.212-1, Instructions to Offerors - Commercial Items;

52.212-3 and its ALT I, 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 - Commercial Items including:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)

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

52.219-28, 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, Affirmative Action for Workers w/Disabilities (OCT 2010)

52.222-50, Combating Trafficking in Persons

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)

52.225-13, Restriction on Foreign Purchases

52.232-33, Payment by Electronic Funds Transfer - System for Award Management

52.232-39, Providing Accelerated Payments to Small Business Subcontractors

52.232-40, Unforceability of Unauthorized Obligations

52.233-3, Protest After Award

52.223-4, Applicable Law for Breach of Contract Claim


 


52.204-13 System For Award Management Maintenance


52.204-19, Incorporation by Reference of Representations and Certifications


52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations


52.213-3, Notice to Suppliers


52.213-15, Defense Priority and Allocation Requirements


52.222-22, Previous Contracts and Compliance Reports


52.222-55, Minimum Wages Under Executive Order 13658


52.223-11, Ozone Depleting Substances

52.225-13, Restriction on Foreign Purchases

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification


52.232-33, Payment by Electronic Funds Transfer - System for Award Management


52.232-36, Payment by Third Party


52.232-39, Providing Accelerated Payments to Small Business Subcontractors


52.232-40, Unforceability of Unauthorized Obligations

52.237-2, Protection of Government Buildings, Equipment and Vegetation

52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements

52.242-15, Stop-Work Order

52.242-17, Government Delay of Work


52.247-34, F. O. B. Destination


52.252-2, Clauses Incorporated by Reference


52.252-6, Authorized Deviations in Clauses


52.253-1, Computer Generated Forms


 


DFARS Clauses:


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


252.204-7004, Alternate A, System For Award Management


252.211-7003, Item Unique Identification and Valuation


252.204-7012, Safeguarding of Unclassified Controlled Technical Information


252.204-7015, Disclosure of Information to Litigation Support Contractors


252.212-7000, Offeror Representations and Certifications


252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials


252.223-7008, Prohibition of Hexavalent Chromium


252.225-7048, Export Controlled Items


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


252.247-7023, Transportation of Supplies by Sea

 

** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference)

 


 

CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD


 


Consign Parcel Post shipments to Portsmouth, NH  03801.


 


Consign all truck shipments, and rail shipments of 10,000 lbs. and over to Kittery, Maine via Portsmouth, NH.  Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine. 


Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions.  Telephone (207) 438-5521/5206".


 


NOTICE:  CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.


 

Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday.  (Federal Holidays excepted.)

 

 

Contracting Officer's Point of Contact is:

 

Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil

Fax:  207-438-4193

 

CORRESPONDENCE:

 

For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:

 

Contract Division, Code 410

EB-4

Portsmouth Naval Shipyard

Kittery, ME 03904

 

This notice will close at 16:00 PM EDT on August 19, 2017.  Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency.


 

Interested parties may identify their interest and capability to respond to the requirement or submit proposals.  Please include price(s), FOB point, a point of contact, name and phone number, Duns #, Cage Code, GSA contract number if applicable, business size, prior relative experience with this vendor's products and access to parts and payment terms.  Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements.


Gisela Gauthier, Phone 2074383874, Email gisela.gauthier@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP