The RFP Database
New business relationships start here

Diesel Generator


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 the format in FAR Subpart 12.6 as 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.

 

Solicitation Number N62789-19-Q-0004 is issued as a request for quotation (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition

 

NAICS Code: 336611

PSC: J019

 





0001



Trailer Mounted Backup Generator



06/03/2019 – 12/03/2019





0002



Option Year 1


 





 

Preparation and Submittal: The following instructions cover the preparation and submittal of the offeror’s proposal for this solicitation. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are cautioned that any noncompliance with the terms and conditions of the Request for Quotation (RFQ) may cause their proposal to be determined unacceptable and therefore not eligible for award. Failure to submit any of the information requested by this solicitation may be cause for unfavorable consideration.

 

Submission Due Date: Proposals are due prior to 12:00 PM ET, Date. Late submissions will not be accepted.

 

Delivery of Offers:

Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: Stephanie.santos@navy.mil

 

Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. 

 

The Offeror shall describe its proposal in sufficient detail for the Government to understand and evaluate the nature of the approach.  

 

Provide a comprehensive capability statement outlining management, technical and business strengths such as specific capabilities and skills, past performance history, with specific projects and value of contracts, awards and commendations, resumes of key management, etc. (Experience reflects whether a contractor has performed similar work before. It identifies what a contractor has done. Past performance relates to how well a contractor has performed the work and how well the work was executed.)

 

SAM: The System for Award Management (SAM) is a government-maintained database of companies wanting to do business with the government. A firm must register and be active in SAM to receive a federal award. https://www.sam.gov/portal/SAM/#1#1

 

Communication:

All correspondence in conjunction with this solicitation should be directed to the Government's Point of Contact (POC) identified below:

 

Stephanie Santos

Contract Specialist

Stephanie.santos@navy.mil

(860) 433-1111

 

Solicitation information and amendments will be posted to the Federal Business Opportunities website at https://www.fbo.gov/. ; Offerors should e-mail written questions requesting clarification of the RFQ to the Government via the POC identified above. The Government will answer questions received up to five business days before date for receipt of offers. Questions received after this date may not be answered.  Only proposals submitted in accordance with this Section of the solicitation will be accepted.

 

 

Evaluation of Line Items

The Government will evaluate the total offers for award purposes by adding the total price for all line items.  Evaluation of all line items will not obligate the Government to award all line items.

 

Evaluation of Options:

The Government will evaluate the total offers for award purposes by adding the total price for all options to the total price for the basic requirement.  Evaluation of options will not obligate the Government to exercise the option(s).

 

 

Option for Additional Services – Separately Priced Line Items

The Government may require the delivery of the numbered line items identified in the Schedule as option items at the price stated in the Schedule. The Contracting Officer may unilaterally exercise the option by written notice to the Contractor at the time of contract award. Performance of added line item tasks shall be at the price negotiated in the contract Schedule.

 

Discussions: The Government intends to evaluate proposals and award a contract without discussions with offerors.  However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.

 

Award of Line Items: The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.

 

Evaluations – LPTA:

The Government will make award to the lowest priced technically acceptable (LPTA) offer based on the following factors:

 

Evaluation Criteria:

 

·       Timeliness/Ability to Meet Schedule: Offerors shall demonstrate their ability to meet milestones and deadlines, provide quick turnaround time, communication skills, responsiveness to technical direction, and completing tasks on time.

 

·       Safety Standards: Offerors shall demonstrate their knowledge and enforcement of strict on-site safety standards.

 

·       Past Performance: Past performance is your company’s experience under previously awarded contracts. This is your opportunity to provide references on past or current contracts similar to this requirement, information on problems encountered and corrective actions. You may also want to consider information regarding key personnel or subcontractors you intend to work with, who have relevant experience related to this requirement. Offerors should provide at least three references with a current contact name, e-mail address, telephone number and a description of the work performed.

 

·       Price

 

The lowest priced offeror will be evaluated first for technical acceptability. If determined to be technically unacceptable, the next lowest offeror will be evaluated, etc.

 

Basis for Contract Award:

Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest priced, technically acceptable, considering technical qualifications, any others and past performance and other non-cost/price factors.

 

Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements.  Offers that take exception to any performance criteria are unacceptable.

                                  

 Clauses

52.203-18 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation.

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.

52.204-13 – System for Award Management Maintenance.

52.203-16 – Preventing Personal Conflicts of Interest. (DEVIATION 2018-O0018)

52.203-17 – Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights.

52.204-18 Commercial and Government Entity Code Maintenance.52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014). 

52.204-20 – Predecessor of Offeror.

52.204-22 – Alternative Line Item Proposal.

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab (Jul 2018). 

52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation.

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016)

52.211-8 TIME OF DELIVERY (JUN 1997)

52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)

52.212-3 -- 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 (DEVIATION 2018-O0021) (SEP 2018)

52.217-8 -- Option to Extend Services.

52.217-9 -- Option to Extend the Term of the Contract.

52.219-1 -- Small Business Program Representations. ALT-1

52.219-28 – Post-Award Small Business Program Rerepresentation.

52.222-1 -- Notice to the Government of Labor Disputes.

52.222-3 -- Convict Labor.

52.222-21 -- Prohibition of Segregated Facilities.

52.222-22 -- Previous Contracts and Compliance Reports.

52.222-25 -- Affirmative Action Compliance.

52.222-26 -- Equal Opportunity.

52.222-36 – Equal Opportunity for Workers With Disabilities.

52.222-41 -- Service Contract Labor Standards.

52.222-50, Combatting Trafficking in Persons (Jan 2019). 

52.222-52 -- Exemption From Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

52.222-53 -- Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements.

52.223-5 -- Pollution Prevention and Right-to-Know Information.

52.223-6 -- Drug-Free Workplace.

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).

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—Representation and Certifications.

52.228-5 -- Insurance -- Work on a Government Installation.

52.232-1 -- Payments.

52.232-8 -- Discounts for Prompt Payment.

52.232-11 -- Extras.

52.232-23 -- Assignment of Claims.

52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management.

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013).   

52.233-1 -- Disputes. Alt-1

52.233-3, Protest After Award (Aug 1996).

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004).

52.237-1 -- Site Visit.

52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation.

52.237-3 -- Continuity of Services.

52.242-15 -- STOP-WORK ORDER (AUG 1989)

52.243-1 -- Changes-Fixed-Price.

52.247-29 -- F.O.B. Origin (FEB 2006)

52.249-4 -- Termination for Convenience of the Government (Services) (Short Form).

52.252-2 -- Clauses Incorporated by Reference.

52.252-6 -- Authorized Deviations in Clauses.

252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011). 

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013). 

252.204-7003, Control of Government Work Product (Apr 1992). 

252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSRUCTIONS (DEC 2018)

-252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016).

252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016).

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016). 

252.204-7015, Notice of Authorized Disclosure of Information by Litigation Support (May 2016).

252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018).

252.225-7031, Secondary Arab Boycott of Israel (Jun 2005).  This provision is REQUIRED in all solicitations.

252.225-7048, Export Controlled Items (Jun 2013).

252.231-7000, Supplemental Cost Principles (Dec 1991).

252.232-7010, Levies on Contract Payments (Dec 2006).  This clause is REQUIRED in all solicitations and contracts other than those for micropurchases.

252.247-7023, Transportation of Supplies by Sea (Feb 2019).  This clause is REQUIRED in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items, except those for direct purchase of ocean transportation services.

 

 

Full text of incorporated FAR clauses and provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar and DFAR at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

 


Stephanie Santos, Contract Specialist, Phone 8604331111, Email Stephanie.santos@navy.mil - David Figueroa, Contract Specialist, Phone (860) 433-6168, Email david.figueroa@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP