This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 (www.fbo.gov).
The RFQ number is N3904019RC90360. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20190201. 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
The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $32.5 Million. This procurement is being solicited as unrestricted and seeks vendors capable of providing the following:
ITEM DESCRIPTION QTY/UNIT
0001 Rental of One (1) OP4 Diesel Generator IAW Specifications
15 Weeks Rental Period: 04/04/19 - 07/15/19
1001 Option: Rental of One (1) OP4 Diesel Generator IAW Specifications
4 Weeks Rental Period: 07/16/19 - 08/15/19
*Reference Attachments:
•1) Specifications
•2) RFQ Form N3904019RC90360
Place of Performance is: Portsmouth Naval Shipyard, Kittery, ME
Period of Performance is estimated as: 04/04/19 - 07/15/19 with Option to Extend from 07/16/19 - 08/15/19.
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 provision and clauses are applicable to this procurement:
52.203-3, Gratuities
52.203-6, Restrictions on Subcontractor Sales to the Government
52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12, Limitation on Payments to Influence Certain Federal Transactions
52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of
Whistleblower Rights
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
52.204-2, Security Requirements
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7, System for Award Management
52.204-8, Annual Representations and Certifications
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
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6, Protecting the Government's Interest When Subcontracting
52.209-7, Information Regarding Responsibility Matters
52.209-10, Prohibition on Contracting With Inverted Domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
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
52.216-1 Type of Contract: Firm Fixed Price
52.217-5, Evaluation of Options
52.217-9, Option to Extend the Term of the Contract, 15 days with 30 day notification
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
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
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting
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
52.244-6, Subcontracts for Commercial Items
52.242-17, Government Delay of Work
52.245-1, Government Property
52.245-9, Use and Charges
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
Offerors shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall
be incorporated by reference in the order. Additional contract terms and conditions applicable to this
procurement are:
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7003, Agency Office of the Inspector General
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 Incident
Information
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.211-7007, Reporting of Government-Furnished Property
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 252.243-7001, Pricing of Contract Modifications
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property
DFARS 252.245-7002, Reporting Loss of Government Property
DFARS 252.245-7003, Contractor Property Management System Administration
DFARS 252.245-7004, Reporting, Reutilization, and Disposal
DFARS 252.247-7023, Transportation of Supplies by Sea
DFARS 252.247-7024, Notification of Transportation of Supplies by Sea
This announcement will close at 11:00 AM EST local time on 22 March 2019. Contact Michael McCluskey who can be reached by email at michael.l.mccluskey1@navy.mil. Oral communications are not acceptable in response to this notice.
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:
•· Technical Acceptability
•· Price
•· Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule).
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.
Technical Evaluation Ratings
Rating:
Description:
Acceptable
Submission clearly meets the minimum requirements of the solicitation
Unacceptable
Submission does not clearly meet the minimum requirements of the solicitation
If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.
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/.
METHOD OF PROPOSAL SUBMISSION:
All quotes must be sent via email to: michael.l.mccluskey1@navy.mil
All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
******* End of Combined Synopsis/Solicitation ********
Michael L. McCluskey, Contract Specialist, Phone 2079940512, Email michael.l.mccluskey1@navy.mil - Anthony J. Barker, Contracting Officer, Phone 2074381946, Email anthony.barker@navy.mil