The RFP Database
New business relationships start here

High Pressure Air Compressor Removal/Installation


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 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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP