Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
MODIFICATION

W -- 320kW Diesel Generator Rental - Groton, CT

Notice Date
10/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-15-T-0033
 
Archive Date
11/6/2014
 
Point of Contact
Jamison Boie, Phone: 207-438-2189
 
E-Mail Address
jamison.boie@navy.mil
(jamison.boie@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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. The RFQ number is N39040-15-T-0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-77 and DFARS Change Notice 2014-0930. 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/far/fac.html and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 532490. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet): Line Item 0001: 320kW Diesel Generator Rental In accordance with the attached specifications. Period of Performance from 10/28/2014 to 11/25/2014. 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6 Protecting the Government's Interest When Subcontracting 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 - Commercial Items 52.219-28, Post Award Small Business Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 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 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities 52.242-15 Stop-Work Order 52.242-17 Government Delay Of Work 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 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 (Nov 2010) DFARS 252. 244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea NMCARS 5237.102(90) This announcement will close at 2:00 PM EST local time on 22 October 2014. Contact Jamison Boie who can be reached by email at jamison.boie@navy.mil. 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 (in accordance with Request for Quote Sheet) - Price 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: Offers shall be emailed or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b06f7179a425da5a56dcd1eef40db50)
 
Place of Performance
Address: Naval Submarine Base New London, Pier 15, Groton, Connecticut, 06349, United States
Zip Code: 06349
 
Record
SN03554067-W 20141022/141020234249-1b06f7179a425da5a56dcd1eef40db50 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.