The RFP Database
New business relationships start here

Rental of one (1) 700KW AC Resistive/Reactive Load Bank, in San Diego, CA


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 FAR Subpart 12, using 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 FEDBIZOPPS. The RFQ number is N39040-17-T-0142. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 2016-1222. 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:
http://farsite.hill.af.mil/vffara.htm and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code is 335313 and the Small Business Standard is 1,250 employees. This is a SMALL BUSINESS SET ASIDE solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

The rental of one (1) 700KW AC Resistive/Reactive Load Bank, in accordance with the attached specifications, to support the Portsmouth Naval Shipyard Detachment, at Naval Base Point Loma (NBPL), San Diego, CA.


The Period of Performance is six (6) months from contract award, with an option for six (6) additional months. Actual rental usage will be one week per month (6 weeks in the base period, and 6 potential option weeks in the option period), with the option to extend up to two of those instances by one week (2 potential option weeks) if the equipment is unexpectedly required longer during an evolution (total contract potential of 14 weeks). Per paragraph 1.1.6 of the Statement of Work, a minimum of 48 hour advance notice will be given prior to requested delivery.


The Period of Performance is 5/8/17-10/31/17, with options extending to 4/30/18.
Place of performance is Naval Base Point Loma (NBPL), San Diego, CA.



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:


52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-20, Predecessor of Offeror
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 Protecting the Government's Interest When Subcontracting
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability
52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
52.211-15 Defense Priority and Allocation Requirements
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Item
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
52.215-5 Facsimile Proposals
52.216-1 Type of Contract: Firm Fixed Price
52.217-5 Evaluation of Options
52.217-7 Option for Increased Quantity-Separately Priced Line Item
52.217-9 Option to Extend the Term of the Contract
52.219-1 Alt Small Business Program Representation
52.219-6, Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business 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 with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-11 Ozone-Depleting Substances
52.223-18 Contractor Policy to Ban Text Messaging while Driving
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation
52.225-13 Restriction on Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran
52.232-33 Payment by Electronic Funds Transfer - System for Award Management
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-15 Stop-Work Order
52.247-34 F.O.B. - Destination
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
HQ B-2-0010 #1
HQ B-2-0022
HQ C-2-0016
HQ C-2-0023
HQ D-1-0002
HQ D-2-0006
HQ E-1-0003
HQ F-2-0004
HQ G-2-0009


Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A, System for Award Management
DFARS 252.204-7006 Billing Instructions
DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber
DFARS 252.204-7011 Alternative Line Item Structure.
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea


 



This announcement will close at 04:00 PM ET local time on 27 April 2017. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil.


METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency.


System for Award Management (SAM): Vendors 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), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 335313, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.


******* END OF COMBINED SYNOPSIS/SOLICITATION ********


Emily Bateman, Phone 2074386819, Email emily.bateman@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP