The RFP Database
New business relationships start here

Haki Equipment Rental


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 FAR Subpart 6.302-1 and FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR Subpart 13.5, 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 (www.fbo.gov).
The RFQ number is N3904019Q0221. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20190215. 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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm.
The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $32.5 Million.
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). 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. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. 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.
This is a sole source solicitation action to BrandSafway Services, Inc., the HAKI® manufacturer's exclusive North American contracting partner and distributor, in accordance with the attached Justification and Approval (J&A).
Portsmouth Naval Shipyard requests pricing from BrandSafway Services, Inc. for the procurement of the following:
0001    Base period: Rental of Hakitec 750 Trak Temporary Roofing System components in accordance with Attachment 1, Parts List.
Rental duration is fifty-two (52) weeks
Period of performance (POP): 7/08/2019 - 7/07/2020

0002    Delivery Of Hakitec 750 Trak Temporary Roofing System components rented under CLIN Item 0001 To Portsmouth Naval Shipyard (PNS), Kittery, ME.
FOB: Destination
Delivery Date: 7/8/2020


0003    Return Shipping Of Hakitec 750 Trak Temporary Roofing System components rented under CLIN Item 0001 from Portsmouth Naval Shipyard (PNS), Kittery, ME to vendor.
FOB: Destination
Period of Performance (POP): 7/8/2019 - 7/7/2020


1001    Option Period 1
Option to extend the period of performance of CLIN Item 0001 an additional 21 (twenty one) weeks from 7/8/2020 - 10/30/2020


1002    Option Period 1
Option for return shipping of Hakitec 750 Trak Temporary Roofing System components rented under CLIN Item 0001 from Portsmouth Naval Shipyard (PNS), Kittery, ME to vendor.
FOB: Destination
Period of Performance (POP): 7/8/2020 - 10/30/2020


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:
52.202-1, Definitions (Nov 2013)
52.203-3, Gratuities (Apr 1984)
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)
52.203-11, Certification and Discloser Regarding Payments To Influence Certain Federal Transactions (Sept 2007)
52.203-12, Limitation On Payments To Influence Certain Federal Transactions (OCT 2010)
52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017)
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7, System for Award Management (July 2013)
52.204-8, Annual Representations and Certifications
52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015)
52.204-13, System for Award Management Maintenance (July 2013)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2015)
52.204-17, Ownership of Control of Offeror (Nov 2014)
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015)
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)
52.204-20, Predecessor of Offeror (April 2016)
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
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015)
52.209-5, Certification Regarding Responsibility Matters
52.209-7, Information Regarding Responsibility Matters
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.209-7, Information Regarding Responsibility Matters (Jul 2013)
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Feb 2016)
52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use (Apr 2008)
52.211-15, Defense Priority and Allocation Requirements (Apr 2008)
52.212-1, Instructions to Offerors - Commercial Items (Oct 2015)
52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Mar 2016)
52.212-4, Contract Terms and Conditions - Commercial Items (May 2015)
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Mar 2016)
52.215-5, Facsimile Proposals (Oct 1997)
52.216-1, Type of Contract (Firm Fixed)
52.217-5, Evaluation of Options (July 1990)
52.217-7, Option for Increased Quantity - Separately Priced Line Items
52.217-9, Option to Extend The Term Of The Contract (Mar 2000)
52.219-1, Small Business Program Representations (Oct 2014)
52.219-8, Utilization of Small Business Concerns (Oct 2014)
52.219-14, Limitations on Subcontracting (NOV 2011)
52.219-28, Post Award Small Business Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-19, Child Labor-Cooperation With Authorities and Remedies (Feb 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Apr 2015)
52.222-35, Equal Opportunity for Veterans (Oct 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-37, Employment Reports on Veterans (Feb 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.223-5, Pollution Prevention and Right-to-Know Information (May 2011)
52.223-11, Ozone-Depleting Substances (May 2001)
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)
52.225-1, Buy American--Supplies (May 2014)
52.225-5, Trade Agreements (Feb 2016)
52.225-6, Trade Agreements Certificate (May 2014)
52.225-13, Restriction on Foreign Purchases (June 2008)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)
52.233-1, Disputes (May 2014)
52.233-2, Service of Protest (Sep 2006)
52.233-3, Protest After Award (Aug 1996)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.242-13, Bankruptcy (Jul 1995)
52.242-15, Stop-Work Order (Aug 1989)
52.242-17, Government Delay of Work (Apr 1984)
52.247-34, F.O.B. Destination (Nov 1991)
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference (May 2001)
52.252-5, Authorized Deviations in Provisions (Apr 1984)
52.252-6, Authorized Deviations in Clauses (Apr 1984)
52.253-1 Computer Generated Forms (Jan 1991)


Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
DFARS 252.203-7005, Representation Relating To Compensation of Former DOD Officials (Nov 2011)
DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)
DFARS 252.204-7004 Alt 1, System for Award Management Alternate A (Feb 2014)
DFARS 252.204-7005, Oral Attestation of Security Responsibilities (NOV 2001)
DFARS 252.204-7006, Billing Instructions (Oct 2005)
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015)
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015)
DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (DEC 2015)
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014)
DFARS 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism (Oct 2015)
DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Deviation 2012-O00004) (Jan 2012)
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons (Jan 2015)
DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)
DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Nov 2014)
DFARS 252.225-7002, Qualifying Countries as Subcontractors
DFARS 252.225-7012, Preference For Certain Domestic Commodities (Feb 2013)
DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance Of Payments Program-Basic
DFARS 252.225-7048, Export-Controlled Items (JUN 2013)
DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004)
DFARS 252.231-7000, Supplemental Cost Principles
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)
DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)
DFARS 252.243-7001, Pricing Of Contract Modifications (DEC 1991)
DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012)
DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)
DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014)


This announcement will close at 12:01 PM ET on Friday, 4/26/2018. Contact Gisela Gauthier at 207-438-3874 or email gisela.gauthier@navy.mil. Alternate POC is Eric Aberle at 207-438-6792 or email eric.aberle@navy.mil. Oral communications are not acceptable in response to this notice.


BrandSafway Services, Inc. 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, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.


Technical Evaluation Ratings:


Rating: Acceptable
Description: Submission clearly meets the minimum requirements of the solicitation


Rating: Unacceptable
Description: Submission does not clearly meet the minimum requirements of the solicitation


If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable.
Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.


System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
METHOD OF PROPOSAL SUBMISSION:
All quotes must be sent via the following methods in order of preference:
1) Email to gisela.gauthier@navy.mil;
2) Fax to 207-438-4193, or;
3) Mail to:
Contracting and Logistics Department
ATTN: Gisela Gauthier, Contract Specialist
Portsmouth Naval Shipyard, Code 410.2, B-156
Kittery, ME 03904



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


Gisela Gauthier, Contracting Specialist, Phone 2074383874, Fax 2074384193, Email gisela.gauthier@navy.mil - Eric G-G Aberle, Contract Specialist, Phone 2074386792, Fax 2074384193, Email eric.aberle@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP