This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 N39040-17-T-0193. This solicitation document and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 01 Oct 2015. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 332912. The size standard for NAICS Code 332912 is 1,000 employees.
***This is a sole source solicitation to Rix Industries. This sole source solicitation is based on Rix Industries as the Original Equipment Manufacturer (OEM). Per Naval Sea Systems (NAVSEA) Authorized Work Package (AWP), the High Pressure Air Compressor (HPAC) rip out and reinstall shall be completed by the OEM.***
Item
Description
0001
Complete Rip-out of two (2) HPAC Systems located at Portsmouth Naval Shipyard, Kittery, Maine.
Period of Performance: 5/30/17 - 6/30/17
0002
Installation of two (2) replacement HPAC systems at Portsmouth Naval Shipyard, Kittery, Maine.
Period of Performance: 10/20/17 - 11/20/17
0003
Travel (Airfare, Lodging, Per Diem, Rental Car, Mileage)
*PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME.
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:
52.204-7, System for Award Management
52.204-13, SAM Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.212-1, Instructions to Offerors - Commercial Items
52.212-2, Evaluation - Commercial item
52.12-3, and its ALT I, Offeror Representations and Certifications - Commercial Items
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post Award Small Business 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 with Disabilities
52.222-42, Statement of Equivalent Rates
52.222-50, Combating Trafficking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-18, Contractor Policy to Ban Text Messages while Driving
52.225-13, Restrictions on Foreign purchases
52.232-33, Payments by Electronic Funds Transfer - SAM
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.232-39, Unenforceability of Unauthorized Obligations
52.233-4, Applicable Law for Breach of Contract Claim
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
Offerors shall include a completed copy of 52.212-3 and it's 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 252.203-7000, Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003, Control of Government Personnel at Work Product
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.247-7023, Transportation of Supplies by Sea
This announcement will close on May 1, 2017 at 4:00 PM (EST). Contact Anthony Barker at 207-438-1946 or email anthony.barker@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice.
52.212-2, Evaluation - Commercial Item is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria.
-Technical Acceptability
- Price
- Adhere to schedule (The contracting officer reserves the right to award based on ability to meet the desired schedule)
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, and the addendum to FAR 52.212-1 and determine 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 competitive award.
System for Award Management (SAM): Vendor 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 email to anthony.barker@navy.mil.
All quotes shall include price(s), a point of contact, name and phone number, CAGE code, technical specifications of units offered, business size under NAICS Code 332912, and payment terms. Quotes over 15 pages in total will not be accepted by email. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
******End of Combined Synopsis/Solicitation*****
Anthony J. Barker, Phone 2074381946, Email anthony.barker@navy.mil