The RFP Database
New business relationships start here

Laboratory Workstations for FRCSE Jacksonville


New Jersey, United States
Government : Military
RFP
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 format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS associated with this procurement is 337127 with a small business size standard of 500 employees.
This solicitation (N68335-16-R-0311) is issued as a Request for Proposal (RFP). The solicitation document and any provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. This is a brand name only acquisition restricted to those vendors who currently hold a Navy Furniture Blanket Purchase Agreement (BPA). (BPA numbers are structured as N00189-XX-A-XXXX.) This requirement is for Lista International brand calibration workstations to be provided to the NAVAIR Calibration Laboratory located at the Fleet Reserve Center Southeast (FRCSE), Jacksonville FL. The required equipment is listed in Attachment (1) and consists of one hundred twenty three (123) Lista brand workstations in five (5) different configurations and associated accessories. The equipment will be delivered fob destination and fully assembled to FRCSE Jacksonville FL. A Statement of Work is included as Attachment (2) to this combined synopsis / solicitation. Installation will be performed by FRCSE Jacksonville personnel. Delivery date: 45 days after contract award. Inspection and acceptance: Destination.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical - Brand Name Only. Alternative equipment is not acceptable; and (2) Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The effective date of quotations must be for 30 days after the date of this combined synopsis / solicitation.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) applies to this acquisition. A completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jul 2016) Alt I is to be included with an offer. The following clauses apply: FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015);
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016) and the following FAR clauses in paragraph (b) of this clause apply:
52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alt I (Oct 1995);
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015);
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015);
52.219-8 Utilization of Small Business Concerns (Oct 2014);
52.219-28 Post Award Small Business Program Rerepresentation (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);
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011);
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); and
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013);
The following additional FAR clauses apply:
52.203-3, Gratuities (Apr 1984);
52.204-7 System for Award Management (Jul 2013);
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016);
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013);
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.247-34 F.o.b. Destination (Nov 1991); and
52.252-2 Clauses Incorporated by Reference (Feb 1998) - http://farsite.hill.af.mil/ .
The following DFARS clauses apply:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011);
252.204-0001 Line Item Specific Funding (Sep 2009);
252.204-7004 Alt A System for Award Management (Feb 2014);
252.204-7006 Billing Instructions (Oct 2005);
252.240-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015);
252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012);
252.225-7048 Export Controlled Items (Jun 2013);
252.240-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015);
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016);
252.211-7003 Item Unique Identification and Valuation (Mar 2016) - paragraphs (c) (1) (i) and (ii) are N/A;
252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013);
252.225-7001 Buy American and Balance of Payments Program (Nov 2014);
252.225-7012 Preference for Certain Domestic Commodities (Feb 2013);
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012);
252.232-7006 Wide Area Workflow Payment Instructions (May 2013);
252.232-7010 Levies on Contract Payments (Dec 2006);
252.243-7002 Requests for Equitable Adjustment (Dec 2012);
252.244-7000 Subcontracts for Commercial Items (Jun 2013);
252.247-7023 Transportation of Supplies by Sea (Apr 2014);
The following FAR provisions apply:
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016);
52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Alt IV (Oct 2010);
52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data -- Modifications Alt IV (Oct 2010); and
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (Oct 2015).

The following DFARS provisions apply:
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011);
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015);
252.215-7007 Notice of Intent to Resolicit (Jun 2012);
252.215-7008 Only One Offer (Oct 2013);
252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015);
252.225-7000 Buy American -Balance of Payments Program Certificate (Nov 2014);
252.225-7031 Secondary Arab Boycott of Israel (Jun 2005);
252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015); and
252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992).
All responses will be made via email to Alice Tornquist at alice.tornquist@navy.mil. All responsible sources having a Navy BPA with the Fleet Industrial Supply Center Norfolk, may submit a quote which, if received in a timely manner, shall be considered by the agency. Closing date is August 5, 2016.
It is important to note that this combined synopsis / solicitation shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the Government. Questions concerning the above may be addressed to Alice Tornquist at 732-323-4316 or email alice.tornquist@navy.mil.


 


Alice L Tornquist, Contract Specialist, Phone 732-323-4316, Fax 732-323-7440, Email alice.tornquist@navy.mil - Maria Wells, Contracting Offficer, Phone 732-323-4667, Fax 732-323-7440, Email maria.wells@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP