The RFP Database
New business relationships start here

NESP Roll Tower Maintenance


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The Naval Information Warfare Center, Pacific (NIWC PAC) is issuing this solicitation, N66001-19-Q-6855, as a request for quotation (RFQ). In order to respond to the solicitation, you must be registered on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil. Quotations must be sent to NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6855. E-mail quotes or offers may not be accepted. For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or email at paperless.spawar@navy.mil in sufficient time prior to the closing date. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 and the Defense Federal Acquisition Regulation Supplement (DFARS). 4. This acquisition is reserved as a Total Small Business Set Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. The applicable NAICS code is 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance. The small business size standard is $8,000,000.00. 5. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire monthly maintenance services for NESP Roll Tower in Point Loma, CA. The anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY     UNIT OF ISSUE 0001 Services IAW SOW 1      Lot 1001 Services IAW SOW (Option Year I) 1      Lot 2001 Services IAW SOW (Option Year II) 1      Lot The expected Period of Performance for this effort is: - Base- Date of Award through twelve (12) months thereafter - Option Year (I) 12 months after Base - Option Year (II) 12 months after Option Year I The anticipated place of performance for the effort is: Point Loma, CA. 6. The contractor will be afforded the opportunity for a site visit to provide a quote. The site location is in Point Loma, Ca. The point of contact to schedule a site visit is Mr. Javier Soria, Phone: 619-553-1812, Email: javier.b.soria@navy.mil. 7. Offeror Instructions: The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Technically Acceptable proposal as defined in the EVALUATION FACTORS FOR AWARD Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is None or Not applicable, explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: I. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract to include telephone and e-mail address. II. Technical Acceptability Documentation: Factor 1: Technical Quote: a. Solicitation Submittal Requirements: Submit a 1-2 page narrative describing the Offerors technical expertise and relevant experience in hydraulic controls. Additionally, the offeror shall describe how they would perform the maintenance and/or describe experience for similar maintenance of hydraulic equipment in towers. b. Basis of Evaluation: The proposal must meet the submittal requirements listed above in order to be rated Acceptable for this factor. III. Price Quote: Submit complete pricing for each individual item listed in the DESCRIPTION OF REQUIREMENTS Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). 8. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the technically acceptable offeror, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote. In order to be considered technically acceptable, the proposal must meet the requirements of the solicitation. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the suppliers past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to make an award. Notice: Any offer rated Unacceptable under any one of the above factors may be determined to be ineligible for contract award. 9. Applicable Provisions and Clauses: The following FAR and DFARs provisions, incorporated by reference, apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.212-1, Instructions to OfferorsCommercial Items (CLASS DEVIATION 2018- O0013) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.237-1, Site Visit (Apr 1984) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2018), applies to this acquisition. Addenda are not attached. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items (May 2019), applies to this acquisition. The following clauses cited in the clause are incorporated by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011)Alternate I (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (Aug 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (Aug (2018) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) The following FAR and DFARS clauses, apply to this acquisition: FAR 52.204-13, System for Award Management (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) FAR 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7004, DoD Antiterrorism Awareness Training for Contractors (Feb 2019) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) NOTE: The Government reserves the right to incorporate additional clauses into the resulting order, as required by law or statute. 10. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 16 September 2019, 05:00 PM, Pacific Standard Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q- 6855. Include RFQ# N66001-19-Q-6855 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 18 September 2019, 12:00PM, Pacific Standard Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6855. E-mail quotes or offers will not be accepted and late quotes will not be accepted. 11. Questions concerning requirement may be directed to: Contract Specialist, Javier B. Soria, 619-553-1812, javier.b.soria@navy.mil Contracting Officer, Jose Neto, 619-553-0901, jose.neto@navy.mil

Point of Contact - Javier B Soria, Contract Specialist, 6195531812; Jose Neto, Contracting Officer, 6195530901

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP