The RFP Database
New business relationships start here

N0024219RC022F1 UPS Battery Replacement


California, 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 services prepared in accordance with the information in FAR Subpart 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS and FAR 13 SIMPLIFIED ACQUISTION PROCEDURES. Supplemented with 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 both Federal Business Opportunity (FBO) website at https://www.fbo.gov/ and NECO website (https://www.neco.navy.mil/).

The RFQ number is N00244-19-Q-0289. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-05 and DFARS Publication Notice 20190628.
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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 334290 and the proposed contract is a set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The Request for Quote (RFQ) is a Lowest Price Technically Acceptable (LPTA), All or None offer. No grey market.

The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing:

CLIN 0001 UPS BATTERY AND CAPACITOR REPLACEMENT IAW THE ATTACHED PWS

The following FAR provision and clauses are applicable to this procurement:

52.204-7 System for Award Management
52.212-1 Instructions to Offerors - Commercial Items;
52.212-3 and its ALT I, 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 b Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219.6; 52.219-28; 52.222-3; 52.222-19; 52.222-26; 52.225-13; 52.232-33].

52.209-6 Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.222-19 Child LaborbCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services---Requirements
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-18 Availability of Funds
52.239-1 Privacy or Security Safeguards
52.246-25 Limitation of Liability--Services
52.247-30 F.o.b.
Origin, Contractorbs Facility
52.252-1 -- Solicitation Provisions Incorporated by Reference
52.252-2 -- Clauses Incorporated by Reference

Bidders shall include a completed copy of 52.212-3 and itbs ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
252.204-7003 Control of Government Personnel Work Product (APR 1992)
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)

AWARD BY FULL QUANTITY
The offeror must submit a price for all items in this solicitation to be eligible for award.
Award will be made to that responsible offeror proposing the lowest total price for all items.

REVIEW OF AGENCY PROTESTS

The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).

Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.

The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official.

Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements.
Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.

UNIT PRICES (JUL 2016)

Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.

ECMRA
SUBPART 5237.1-SERVICE CONTRACTS GENERAL
5237.102 Policy
(90) DoD contracting activities awarding or administering contracts shall incorporate the following Enterprise-wide Contractor Manpower Reporting Application (ECMRA) standard language into all contracts which include services, provided the organization that is receiving or benefiting from the contracted service is a Department of Defense organization, including reimbursable appropriated funding sources from non-DoD executive agencies where the Defense Component requiring activity is the executive agent for the function performed.
The reporting requirement does not apply to situations where a Defense Component is merely a contracting agent for another executive agency. The only contracted services excluded from reporting are construction and utilities. The standard language to be inserted is:

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the EOD 1 via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://www.ecmra.mil/Default.aspx.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.
While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://www.ecmra.mil/Default.aspx.

FAR 52.212-2, Evaluation: FAR 52.212-2, Evaluation - Commercial Items

The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, lowest priced technically acceptable (LPTA), responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein.
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: Evaluation of quotes will be conducted on a lowest-priced, technically acceptable basis. All quotes will be evaluated first on price. The lowest priced quote will be evaluated for technical acceptability on an acceptable/unacceptable basis. A technically acceptable quote is one that demonstrates that the quoted product meets or exceeds the minimum requirements of the purchase description and delivery within the required delivery schedule.


FACTOR I: CAPABILITY b Provide a narrative explanation of its general understanding of the methodology and ability to perform IAW the PWS.
    A. Contractor must provide all required certifications for technicians who will be performing the installation.
    B. Contractors must submit the following security forms at time of proposal:
    1. Security b Base access Form b DD form 5512
    2. Security b Master Pass ID Upload b SSNs Removed
    3. Security b NAWS     CHINA LAKE b Badge request form 5530

FACTOR II: PAST PERFORMANCE b Provide no more than 3 current (within the last 5 year) and relevant (based on the ability to handle requirements of the same scope, magnitude and complexity to that which is detailed in the PWS) past performance references.

FACTOR III: PRICE b Shall be a complete and detailed breakdown and shall include all elements of cost and such other data as considered appropriate to support the Offerors proposal.

Award will be made on an all or none basis to the lowest-priced technically acceptable vendor.

This announcement will close at 9:00 am PST on 18 SEPTEMBER 2019.
The Contact Specialist Angel PinaHardin can be reached at email Angelina.pinahardin@navy.mil using subject line: RFQ N00244-19-Q-0289 UPS BATTERY REPLACEMENT. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

System for Award Management (SAM). Bidders 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/.

All quotes shall include price(s), F.O.B. Destination, a point of contact, name and phone number, GSA contract number if applicable and business size.

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

Angel PinaHardin 619-556-6198

Contract Specailist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP