The RFP Database
New business relationships start here

Refrigerator and Freezer Container for SSN 781


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 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 N3904019Q0174. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFA RS Change Notice 20190215. 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 the following address: http://farsite .hill.af.mil/. The NAICS code is 493120. This will be a 100% Small Business Set-Aside. The size standard for NAICS code 493120 is $27.5 million.

 

Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of one (1) freezer and rental of one (1) cooler (refrigerator), see attached RFQ for specifications; Place of Performance: Kittery, Maine. Period of Performance: 4/18/2019-4/17/2019 with two (2) option(s) to extend, Option 1: 4/18/2020-4/17/2021, and Option 2: 4/18/2021-6/3/2021.

 

ITEM            DESCRIPTION

 

0001               Rental of one (1) freezer

IAW Specification s in attached RFQ; POP 4/18/2019-4/17/2019 (12 months)

 

0002               Rental of one (1) cooler (refrigerator)

IAW Specifications in attached RFQ; POP 4/18/2019-4/17/2019 (12 months)

 

1001               Option period for Item 0001

POP 4/18/2020-4/17/2021 (12 months)

 

1002               Option period for Item 0002

POP 4/18/2020-4/17/2021 (12 months)

 

2001               Second (2nd) Option period for Item 0001

POP 4/18/2021-6/3/2021 (3.03 months)

 

2002               Second (2nd) Option period for Item 0002

POP 4/18/2021-6/3/2021 (3.03 months)

 

 

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:

 

52.204-7, System for Award Management (July 2013)

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

 

52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015)

52.204-13, SAM Maintenance (July 2013)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2015)

52.204- 18, Commercial and Government Entity Code Maintenance (Jul 2015)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)

52.212-1, Instructions to Offerers Commercial Items

52.212-2, Evaluation - Commercial Item (Jan 1999) (SEE BELOW)

52.212-3, and its ALT I, Offerer 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 (Jan 2016)

 

52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

52.219-28, Post Award Small Business Representation (July 2013)

52.222-3, Convict Labor (June 2003)

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2016)

52.222-21, Prohibition of Segregated Facilities (Apr 2015)

52.222-26, Equal Opportunity (Apr 2015)

52.222-36, Equal Opportunity for Workers with Disabilities (July 2014)

52.222-50, Combating Trafficking in Persons (Mar 2015)

52.223-11, Ozone-Depleting Substances (May 2001)

52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)

52.225- 13, Restriction on Foreign Purchases (June 2008)

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran (Oct 2015)

 

52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013)

52.232-36, Payment by Third Party (May 2014)

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

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

52.233-3, Protest After Award (Aug 1996)

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

52.252-2, Clauses Incorporated by Reference (Feb 1998)

52.252-5, Authorized Deviations in Provisions (Apr 1984)

52.252-6 Authorized Deviations in Clauses (Apr 1984)

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

 

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

 

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011)

 

DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)

DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014)

DFARS 252.207-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015)

 

DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015)

 

DFARS 252 .204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014)



 

DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011)

DFARS 252.225-7001, Buy American and Balance of Payments Program (Nov 2014) 

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

DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014)

 

This announcement will close at 5:00 PM EST on Monday, 25 March 2019. Contact Eric Aberle at 207-438-6792 or email Eric.Aberle@navy.mil for questions regarding this notice. 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. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:

 

- Technical Acceptability (Must meet all specifications in attachment)

- Price

 

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. 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 Eric.Aberle@navy.mil

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 493120, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Quotes over 15 pages in total will not be accepted by email. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

 

******* End of Combined Synopsis/Solicitation ********

 


Eric G-G Aberle, Contract Specialist, Phone 2074386792, Email eric.aberle@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP