The RFP Database
New business relationships start here

Purchase/Repair/Install New Air Compressor Block in Bauer Unicus II-25H-E3 Air Compressor


Connecticut, 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 FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).

The RFQ number is N0018918QG124.

It is the responsibility of the vendor 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 811310 and the Small Business Standard is $7.0 Million Dollars.

The requirement is 100% Small Business Set Aside.

The Surface Warfare Officer School (SWOS) requests quotes from eligible Vendors that can provide repairs and installation to Bauer Unicus II-25H-E3 Air Compressor to include purchase of new Air Compressor Block, Pressure Switch, Misc Plumbing, Synthetic Compressor Oil according to the incorporated Statement of Work (SOW) located in San Diego, CA 92136.

Delivery is 30 Days ADC.

Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.


The following FAR provisions and clauses are applicable to this procurement:
52.204-7     System for Award Management
52.204-13     System for Award Management Maintenance
52.209-2     Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.212-1     Instructions to Offerors--Commercial Items
52.212-3 Alt I     Offeror Representations and Certifications--Commercial Items (APR 2016) Alternate I
52.212-4    Contract Terms and Conditions b Commercial Items
52.212-5    Contract Terms and Conditions Required to Implement Statues or Executive Orders b Commercial Items
52.219-28    Post Award Small Business Program Representation
52.222-3    Convict Labor
52.222-21    Prohibition of Segregated Facilities
52.222-22    Previous Contracts and Compliance Reports
52.222-26    Equal Opportunity
52.222-36    Equal Opportunity for Workers with Disabilities
52.222-50    Combating Trafficking in Persons
52.223-18    Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13    Restrictions on Certain Foreign Purchases
52.225-25    Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran
52.232-18    Availability of Funds
52.232-33    Payment by Electronic Funds Transfer
52.232-39     Unenforceability of Unauthorized Obligations
52.232-40     Providing Accelerated Payments to Small Business Subcontractors
52.237-2    Protection Of Government Buildings, Equipment, And Vegetation
52.247-34     F.O.B.
Destination
52.252-1    Solicitation Provisions Incorporated by Reference
52.252-2    Clauses Incorporated by Reference
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
252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003)
252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)
252.204-7003 Control Of Government Personnel Work Product
252.204-7004 Alt A     System for Award Management Alternate A
252.204-7008    Compliance with Safeguarding Covered Defense Information Controls
252.204-7011    Alternative Line-Item Structure
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

252.204-7015 Disclosure of Information to Litigation Support Contractors
252.225-7048     Export-Controlled Items
252.232-7003     Electronic Submission of Payment Requests and Receiving Reports
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


Quotes must be submitted via email to jennifer.m.patton@navy.mil or fax (860) 694-4271 by April 27, 2018 at 1100 a.m. EST (Groton, CT local time) and must include the four mandatory documents FAR 52.203-18, FAR 52.209-11, 52.222-48, and DFAR 252.225-7000 to be considered for award.

If there are any questions, please contact Ms.
Jennifer Patton who can be reached at telephone (860) 694-3207 or email jennifer.m.patton@navy.mil.

Award will be made to the lowest priced qualified offer within the travel distance.

System for Award Management (SAM). Quoters 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.

Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

Jennifer Patton 860-694-3207 Fax 860-694-4271

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP