Inactive
Notice ID:N4523A19R1320
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation #N4523A19R1320 is issued as a request for quotation (RFQ) for a firm-fixed price (FFP), commercial service, single award contract. The quote shall be a document communicating the system being provided (meets or exceeds the technical characteristics communicated in the Performance Work Statement), the price (the monthly and total price), and be signed by a designated agent of the company, and date of expiration. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, dated 12 July 2019. This combined synopsis/solicitation is posted as a full and open competition requirement due to the high risk of time constraints. The Product Service Code is W030 (Lease or Rental of Equipment: Mechanical Power Transmission Equipment). The North American Industry Classification System (NAICS) code for this work is 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing), with a Business Size Standard of $32,500,000.00. The line item number(s) will consist of: CLIN 0001; Rental of 500-kW Emergency Diesel Generator (EDG). Quantity 1. Unit of Measure is Job. Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) has a requirement for the San Diego detachment at Naval Air Station North Island (NASNI) for Cruiser Voler Nuclear (CVN) 71 - Theodore Roosevelt for an EDG to be used as primary power and/or standby backup power. The location of work is at NASNI, San Diego, California as Free on Board (FOB): Destination to Building 72. The Period of Performance is August 23, 2019 until November 1, 2019. THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION BY REFERENCE. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS ARE UNDER THE ATTACHMENT LABELED "CLAUSES": 52.212-1, Instructions to Offerors - Commercial Items OCT 2018 52.204-7, System for Award Management OCT 2018 52.204-13, System for Award Management Maintenance OCT 2018 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.204-18, Commercial and Government Entity Code Maintenance JUL 2016 52.204-22, Alternative Line Item Proposal JAN 2017 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.232-39, Unenforceability of Unauthorized Obligation JUN 2013 52.247-34, F.O.B. Destination NOV 1991 252.203-7000, Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005, Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003, Control of Government Personnel Work Product APR 1992 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010, Levies on Contract Payments DEC 2006252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000, Subcontracts for Commercial Items JUN 2013 Offerors must be registered in the System for Award Management (SAM) database prior to consideration of award for a Department of Defense (DoD) contract. A contract cannot be awarded to a contractor not registered in SAM. Remember to review your NAICS codes listed in your SAM record to make sure you have listed the NAICS code for this procurement. Registration is free and can be completed online at http://www.sam.gov. All responsible sources may submit a quote which shall be considered by the agency. Quotes must be submitted via email to melissa.oser@navy.mil and daniel.ellis@navy.mil by FBO solicitation posted date. For reference documentation, please email the contract specialist. All questions concerning this solicitation shall be addressed to melissa.oser@navy.mil and/or daniel.ellis@navy.mil. All requests/inquiries must be emailed and received by Thursday, August 8, 2019 by 12:00PM Pacific Time. Responses will be posted to www.fbo.gov. Questions will not be answered after this deadline. 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: brenda.lancaster@navy.mil.