Air Handling Equipment - Change Bag, Filter, Safety Strap
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 anno... 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 requested and a written solicitation will not be issued. The solicitation number is N4523A19Q4102, issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 effective 12 Jul 2019. This solicitation is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 333415 and the business size standard is 1250. This NAICS is for Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The Product and Service Code is 4130. QUOTE SUBMISSION INSTRUCTION. Read Thoroughly and Carefully. Return All Items Requested Below. Required Delivery Date (RDD): July 12, 2019 Delivery Date, If Other Than Requested: __________________________ Requirement: CLIN 0001: FILTER QTY: 29 each $ _______________EA $_______________TOTAL CLIN 0002: CHANGE BAG QTY: 29 each $ _______________EA $_______________TOTAL CLIN 0003: SECURITY STRAP QTY: 5 each $ _______________EA $_______________TOTAL CLIN 0004: FILTER QTY: 14 each $ _______________EA $_______________TOTAL CLIN 0005: CHANGE BAG QTY: 14 each $ _______________EA $_______________TOTAL CLIN 0006: SECURITY STRAP QTY: 5 each $ _______________EA $_______________TOTAL See Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 9112V000 thru 9112V005 (Attachments) Submit quote to Melissa Ayers via email at melissa.ayers@navy.mil by JULY 11, 2019, 4pm Pacific Time. See referenced FAR 52.212-1 - Instructions to Offerors for guidance. NOTE: Offers received after this closing date and time will not be accepted. Offerors MUST provide the following information with/on the quote: 1. Annotate on the quote sheet, the solicitation number and IDN provided; 2. Company Name, Address, Cage Code, and Point of Contact Name and email on the Quote; 4. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the Request for Quote (RFQ). Quotes that take exception to the terms and conditions of the RFQ may be excluded from consideration; 5. Provide a technical description of the items offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary and address technical capability in meeting the requirement. Location: Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), 1400 Farragut Ave, Bremerton, WA 98314 Government Inspection: QA-E, 7-day inspection time Method of Payment: Wide Area Work Flow All responsible sources may submit a quote package which shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) at SAM.gov, in order to be eligible for award. Any award resulting from this RFQ will be made based on the lowest price technically acceptable. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327, Email: C400_SB_Office.fct@navy.mil. All terms and conditions, clauses, and requirements determined by the contracting officer to be necessary and consistent with customary commercial practices for RFQ N4523A19Q4102, are as follows: PROVISIONS AND CLAUSES CAN BE FOUND AT: FAR CLAUSES: http://acquisition.gov/far/ DFARS CLAUSES: http://www.acq.osd.mil/dpap/dars/dfars PROVISIONS/CLAUSES INCORPORATED BY REFERENCE (P), (C) 52.204-7 System for Award Management OCT 2016 (P) 52.204-13 System for Award Management Maintenance OCT 2016 (C) 52.204-16* Commercial and Government Entity Code Reporting JUL 2016 (P) 52.204-17** Ownership or Control of Offeror JUL 2016 (P) 52.204-18** Commercial and Government Entity Code Maintenance (C) 52.204-19** Incorporation by reference of representations and certifications DEC 2014 (C) 52.204-20** Predecessor of Offeror (P) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems C 52.204-22 Alternative Line Item Proposal (P) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (P) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under and Federal Law FEB 2016 (P) 52.211-6 Brand Name or Equal AUG 1999 (P) 52.212-1 Instructions to Offerors--Commercial Items OCT 2016 (P) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (P) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (C) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (C) 52.247-34 F.O.B. Destination (C) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials SEP 2011 (C) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (C) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (P) 252.204-7003 Control of Government Personnel Work Product APR 1992 (C) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (P) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (C) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (C) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016). (C) 252.211-7003 Item Unique Identification and Valuation MAR 2016 (C) 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 (C) 252.225-7001 Buy American and Balance of Payments Program-- Basic (Aug 2016) (C) 252.225-7002 Qualifying Country Sources as Subcontractors (C) 252.225-7048 Export-Controlled Items (C) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 (C) 252.232-7010 Levies on Contract Payments (C) 252.244-7000 Subcontracts for Commercial Items (C) 252.247-7023 Transportation of Supplies by Sea APR 2014 (C) CLAUSES/PROVISIONS INCORPORATED BY FULL TEXT 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; and (ii) Price; Technical is approximately equal to price. (b) 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. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items (DEVIATION 2018-O0021) (SEP 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015). (xviii) 52.222-62 Paid Sick Leave under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically. (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically. (End of Clause) 252.232-7006 -- Wide Area Workflow Payment Instructions (Dec 2018) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area Work Flow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. "Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items- (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. COMBO _________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert either "Invoice 2in1" or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC N68732 Issue by DoDAAC N4523A Admin DoDAAC N4523A Inspect by DoDAAC N4523A Ship to Code N4523A Ship from Code N/A Mark for Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N4523A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert "See Schedule" or "Not applicable.") (**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. PSNSASKAccountsPayable@navy.mil; PSNS_C610.22CERT.FCT@navy.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is required. (End of clause) ATTACHMENT TABLE OF CONTENTS: DOCUMENT TYPE DESCRIPTION PAGES Attachment 1 9112V000_Description_ODS 1 Attachment 2 9112V001_Description_ODS 1 Attachment 3 9112V002_Description_ODS 1 Attachment 4 9112V003_Description_ODS 1 Attachment 5 9112V004_Description_ODS 1 Attachment 6 9112V005_Description_ODS 1 Specification Sheet - FILL OUT 3
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »