The RFP Database
New business relationships start here

Crosswalk Lights


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 FAR part 13 and the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available.

 

The solicitation number for this procurement is N3904019Q0364 and is a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-05, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190820. 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 238210 and the small Business Size Standard is $15 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: brittney.meurrens@navy.mil

 

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

ITEM                Unit          DESCRIPTION

CLIN 0001      1 month   Installation of temporary portable traffic and pedestrian lights in accordance with the attached Statement of work

CLIN 1001      1 month   Option to extend CLIN 0001

(OPTION)                           

                           

 

Please also note payment terms and the primary point of contact in the quotation.

 

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-204-H001 Use Of Navy Support Contractors For Official Contract Files (Oct 2018)

C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019)

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-H004 Government Purchase Card Method Of Pay (Navsea) (Oct 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)

 

52.203-19              Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7                System for Award Management

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

52.209-7                Information Regarding Responsibility Matters

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

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

52.219-1 Alt          Small Business Program Representations

52.219-28              Post-Award Small Business Program Representation

52.222-3                Convict Labor

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

52.232-33              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 Subcontractors

52.233-3                Protest After Award

52.233-4                Applicable Law for Breach of Contract Claim

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

52.252-2                Clauses Incorporated By Reference

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

 

In accordance to 52.212-2 Evaluation-Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:

- Technical Acceptability (Must meet specifications and document capabilities)
- Price (Lowest Price Technically Acceptable, after adherence to other factors)

 

Technical Evaluation Ratings
Acceptable: Submission clearly meets the minimum requirements of the Request for Quotation
Unacceptable: Submission does not clearly meet the minimum requirements of the Request for Quotation




 

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 3:00 PM EST on Thursday, 19 September 2019. Contact Brittney Meurrens at 207-994-0506 or email Brittney.meurrens@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.

 

******* End of Combined Synopsis/Solicitation ********


 


Brittney Meurrens, Contract Specialist, Phone 2079940506, Email brittney.meurrens@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP