The RFP Database
New business relationships start here

Preventive Maintenance of Rotary Files


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 Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N3904017T0275.  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 is 100% set aside for small business concerns.  The Portsmouth Naval Shipyard Detachment San Diego requests responses from qualified sources capable of providing:  Rotary File Preventive Maintenance and Repair.  Period of performance:  One year from date of contract with options for an additional two years.


 

CLINs 0001 through 0006:  Preventive Maintenance, calibration, training, unplanned repairs and parts for five (5) different Rotary File units. 


 

CLINs 1001 through 1006:  Option for Preventive Maintenance, calibration, training, unplanned repairs and parts for five (5) Rotary File units

 

CLINs 2001 through 2006:  Option for Preventive Maintenance, calibration, training, unplanned repairs and parts for five (5) Rotary File units

 

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

52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010)

52.222-50, Combating Trafficking in Persons

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


 


 


52.204-2, Security Requirements


52.204-7, System For Award Management


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


52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use


52.211-15, Defense Priority and Allocation Requirements


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, Unenforceability of Unauthorized Obligations

52.222-41, Service contract Labor Standards

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment

52.237-2, Site Visit

52.242-15, Stop-Work Order

52.242-17, Government Delay of Work


52.247-34, F. O. B. Destination


52.252-1, Solicitation Provisions Incorporated by Reference


52.252-2, Clauses Incorporated by Reference


52.252-5, Authorized Deviations in Provisions


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)

 

SITE VISIT:  Interested vendors may attend a site visit at the following date and time: 

 

July 10, 8:00 a.m.

 

Interested parties are to provide name and contact information to the Contract Specialist identified below no later than June 29th, 2017.  Additional information may be required which has not yet been identified.  No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard Detachment San Diego and adjacent areas.  Proof of citizenship may be required.  Entrance of foreign nationals requires approval. 

 


 

CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD DETACHMENT SAN DIEGO(F7F500)

 

Consign Parcel Post shipments to San Diego, CA  92106.

 

Consign all truck shipments, and rail shipments of 10,000 lbs and over to San Diego, CA  92106.  Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard Detachment San Diego, San Diego, CA. 

 

Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard Detachment San Diego prior to arrival for delivery instructions.  Telephone (619) 572-9339".

 

NOTICE:  CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD DETACHMENT SAN DIEGO 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 16:00 PM EDT on July 21, 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, Contract Specialist, Phone 2074383874, Fax 2074384193, Email gisela.gauthier@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP