Portsmouth Naval Shipyard (PNS) requires the rental and servicing of four (4) 200 HP Vacuum Recovery Units for FOB Delivery to PNS, Kittery, ME. NAICS-532490; Base POP: 9/25/19 - 9/24/20; Option thru 1/14/21
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Parts 12 and 13, as supplemented with the additional information included in this notic... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Parts 12 and 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 amended RFQ number is N3904019Q0213-001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-02TA and DFARS 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 these addresses: https://www.acquisition.gov/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html. This is an unrestricted solicitation action posted for full and open competition. The NAICS code is 532490, for which the size standard is $32.5 Million. The Portsmouth Naval Shipyard (PNS), Kittery, Maine requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet): Specifications: Vendor services to provide for the rental of four (4) 200HP Vacuum Recovery Units (VRUs) in accordance with equipment specification listed as Attachment 1. FOB Delivery is to PNS, Kittery, ME. Period of performance is from 25 Sept 2019 through 24 Sept 2020 (52 weeks), with one (1) Option extending through 14 Jan 2021 (16 weeks). ITEM DESCRIPTION UNIT OF ISSUE QTY 0001 Rental of one (1) 200HP Vacuum Recovery Unit (1 of 4) POP: 09/25/2019 - 09/24/2020 52 Weeks 0002 Rental of one (1) 200HP Vacuum Recovery Unit (2 of 4) POP: 09/25/2019 - 09/24/2020 52 Weeks 0003 Rental of one (1) 200HP Vacuum Recovery Unit (3 of 4) POP: 09/25/2019 - 09/24/2020 52 Weeks 0004 Rental of one (1) 200HP Vacuum Recovery Unit (4 of 4) POP: 09/25/2019 - 09/24/2020 52 Weeks 1001 Option to Extend CLIN 0001 POP: 09/25/2020 - 01/14/2021 16 Weeks 1002 Option to Extend CLIN 0002 POP: 09/25/2020 - 01/14/2021 16 Weeks 1003 Option to Extend CLIN 0003 POP: 09/25/2020 - 01/14/2021 16 Weeks 1004 Option to Extend CLIN 0004 POP: 09/25/2020 - 01/14/2021 16 Weeks 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 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award 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 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 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 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, and its Addendum 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 52.219-1 Small Business Program Representation 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business 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 52.222-35 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 52.223-5 Pollution Prevention and Right-to-Know Information 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 52.228-5 Insurance-Work on a Government Installation 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 Subcontractor 52.233-1 Disputes 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.246-4 Inspection of Services--Fixed Price 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 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 Official DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Right DFARS 252.203-7005 Representation Relating to Compensation of Former DOD official DFARS 252.204-7003 Control of Government Personnel Work Product 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 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7006 Wide Area Workflow Payment Instruction 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 252.247-7023 Transportation of Supplies by Sea NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) This announcement will close at 11:00 AM Eastern Standard Time (EST) on 06/30/2019. Primary Contact is Deana Manfredi by email deana.manfredi@navy.mil, or by phone at 207-438-1630. Alternate POC is Eric Aberle by email at eric.aberle@navy.mil, by phone at 207-438-6792. Oral communications are NOT acceptable in response to this notice. Instructions to Offerors: Addendum To 52.212-1 "Instructions To Offerors - Commercial Items" I. GENERAL In addition to FAR 52.212-1, "Instructions to Offerors - Commercial Items" and any other instructions contained elsewhere in this solicitation, the following information is provided: Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable. IMPORTANT NOTES: (1) Offerors shall respond to all requirements of the solicitation document. Offerors are cautioned not to alter the Combined Synopsis/Solicitation. (2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing date and time cited elsewhere in this Request for Quotations. (3) Responses should be submitted via email only (4) Please review all specifications carefully, and make note of all lifting and handling requirements, and all base access requirements. II. CONTENT OF QUOTE • RFQ pricing and information pages completed by the Offeror. • Acknowledgement of solicitation amendments (if not previously acknowledged). • Technical Submission to include: ? Submission of technical information demonstrating compliance with the specifications, including, but not limited to: • Technical submission shall include the Manufacturer Name, Model Number, and Year of Manufacture of the specific unit(s) proposed. The Government will only evaluate those specifically identified unit(s) for technical acceptability. • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number. • The details of any/all exceptions taken to the specification. The completion and submission of the above items will constitute a quote and will be considered the Offeror's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Evaluation Criteria: 52.212-2 Evaluation--Commercial Items (Oct 2014) The quotation shall consist of two (2) parts: (1) Technical Acceptability, and (2) Price Information. Award will be made to the lowest priced, technically acceptable (LPTA) Offeror. Offeror(s) will be required to submit a quote that will be evaluated in accordance with the specifications and provisions of the solicitation. Offeror(s) are reminded to submit technical description as specified in FAR 52.212-1(b)(4). Quotations will be evaluated as follows: 1. Technical Acceptability 2. Price (1) TECHNICAL ACCEPTABILITY Quotations submitted by each Offeror will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instructions to Offerors, and 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. (2) PRICE The Offeror shall submit one (1) signed copy of the completed RFQ, and if applicable, executed copy of Amendments. The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for sixty (60) days. Offeror(s) shall include pricing for all line items listed. Failure to do this shall be cause for rejection of the quote for all line items. Offeror(s) responding to this solicitation are advised that, prior to award, the government may request Offeror(s) to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. SELECTION: The Government intends to evaluate quotations and issue an award using the procedures of FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The Government shall select the Offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) to the Government, considering price and technical compared to other quotations. The Government reserves the right to not issue an award if it is not in the best interest of the Government to make an award. OPTIONS: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Attachments: (1) SPEC-982-16-147 90705202-27705-[VRU Rental - 03] (Specification and Statement of Work for Portable Vacuum Recovery Unit for Abrasive Blast Grit) (2) Amended RFQ Form N3904019Q0213-001 (3) Quality Assurance Surveillance Plan (QASP) (4) QASP Matrix (5) Contract Administration Plan (CAP) for Firm Fixed Price (FFP) Contracts 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 the following methods in order of preference: 1) Email to deana.manfredi@navy.mil All Offerors are requested to fill out Attachment #2, RFQ Form, in its entirety. No deviation from the Statement of Work is authorized. Technical submission shall include the Manufacturer Name, Model Number, and Year of Manufacture of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s) for technical acceptability. All quotes shall include delivered price(s), a point of contact name and phone number, CAGE Code, business size under NAICS Code 532490, and payment terms. Offerors are requested to submit the applicable Equipment Data Sheets/Specifications for the rental equipment it proposes to provide. 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. ******* End of Combined Synopsis/Solicitation ********
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »