This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, under the guidance of FAR Subpart 6.302 - Circumstances Permitting Other Than Full and Open Competition 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 (http://www.fbo.gov). The Request For Quote (RFQ) number is N3904017T0117. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the Small Business Standard is $20.5 million dollars.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. The proposed requirement and contract is sole sourced to PerkinElmer, Inc. due to internal copyright issues, and the non-availability of parts to 3rd party vendors. Negotiations are to be conducted with that company. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Perform preventive maintenance upon several models of PerkinElmer test equipment as well as calibration, unplanned and planned repairs, and training. Period of performance: One year from date of contract with options for an additional two years.
CLINs 0001 through 0007: Preventive Maintenance, calibration, training, unplanned repairs and parts for six (6) different units of PerkinElmer test equipment.
CLINs 1001 through 1007: Option for Preventive Maintenance, calibration, training, unplanned repairs and parts for six (6) different units of PerkinElmer test equipment.
CLINs 2001 through 2007: Option for Preventive Maintenance, calibration, training, unplanned repairs and parts for six (6) different units of PerkinElmer test equipment.
The following FAR provisions 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 - Commercial Items including:
52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Representation
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.219-28, Post Award Small Business Program 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
52.222-35, Equal Opportunity for Veterans (SEPT 2010)
52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010)
52.222-37, Employment Reports on Disabled Veterans
52.222-50, Combating Trafficking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-11, Ozone Depleting Substances
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)
52.225-13, Restriction on Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unforceability of Unauthorized Obligations
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.204-13 System For Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations
52.213-3, Notice to Suppliers
52.217-9, Option to Extend the Term of the Contract
52.222-22, Previous Contracts and Compliance Reports
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-36, Payment by Third Party
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unforceability of Unauthorized Obligations
52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements
52.242-15, Stop-Work Order
52.242-17, Government Delay of Work
52.247-34, F. O. B. Destination
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms
DFARS Clauses:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System For Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048, Export Controlled Items
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference in FAR 52.212-5)
CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD
Consign Parcel Post shipments to Portsmouth, NH 03801.
Consign all truck shipments, and rail shipments of 10,000 lbs. and over to Kittery, Maine via Portsmouth, NH. Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine.
Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions. Telephone (207) 438-5521/5206".
NOTICE: CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.
Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday. (Federal Holidays excepted.)
Contracting Officer's point of contact is:
Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil
Fax: 207-438-4193
CORRESPONDENCE:
For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:
Contract Division, Code 410
EB-4
Portsmouth Naval Shipyard
Kittery, ME 03904
This notice will close at 06:00 AM EDT on May 8, 2017. Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency.
Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, DUNS #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements.
Gisela Gauthier, Preventive Maintenance of PerkinElmer Test Equipment, Phone 2074383874, Email gisela.gauthier@navy.mil