Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
MODIFICATION

61 -- Rental of One (1) 320 kW (min) Diesel Generator at Naval Base Point Loma, Period of Performance: 01/27/2016 - 06/29/2016. - Amendment 1

Notice Date
12/4/2015
 
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
N3904016T0017
 
Archive Date
11/21/2015
 
Point of Contact
Deana Manfredi, Phone: 2074381630, Christina J. Allaire, Phone: 2074382189
 
E-Mail Address
deana.manfredi@navy.mil, christina.allaire@navy.mil
(deana.manfredi@navy.mil, christina.allaire@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
AMD 02 Attachment: RFQ Rev2 Form ***THIS SOLICITATION IS AMENDED (AMD 02) TO ELIMINATE THE PRIOR 100% SMALL BUSINESS SET-ASIDE, AND TO RE-SOLICIT FOR FULL AND OPEN/UNRESTRICTED COMPETITION. QUOTES WILL BE DUE FOR SUBMISSION NO LATER THAN FRIDAY, DECEMBER 11, 2015 AT 11 A.M.***** 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 N39040-16-T-0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20151001. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $32.5M. This requirement is re-solicited for full and open/unrestricted competition. ITEM DESCRIPTION 0001: Rental of one (1) topside diesel-powered portable generator with built-in fuel tank at Naval Base Point Loma, San Diego, CA, 92106. The Rental Period of Performance (POP) will be: 01/27/2016 - 06/29/2016. Generator unit must be skid-mounted with fork holes and four (4) lifting points, and must be capable of being lifted by a crane. Maximum physical size must be no larger than 282 in (L) X 102 in (W) (or 23.5 ft L X 8.5 ft W) and its weight no more than 12,500 lbs (fueled).* Generator unit shall be capable of running for a minimum of fifteen (15) hours in duration at 320 kW (400 kVA) continuous power and 350 kW/440 kVA for short time periods over a 1.0 to 0.8 PF range (leading and lagging) on just the tank(s) deployed on top of the submarine (maximum 355 kW). Generator unit will most likely operate for a continuous duration of less than 24 hours, and will then remain in standby mode for the remainder of the POP. * No deviation from the Statement of Work is authorized. 0002: Service Agreement - Provide all maintenance (e.g. refrigerant charging, oil changes, replacement and/or cleaning of filters, lubrication, refill coolant, top-off liquids, etc.) throughout duration of rental period at Naval Base Point Loma, San Diego, CA, 92106 in accordance with the Statement of Work (Attachment 1). Maintenance shall be coordinated with Executing POC. 0003: Delivery / Set-up, if applicable 0004: Return Freight, if applicable 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) 52.204-9, 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) 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Oct 2015) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Oct 2015) 52.217-9, Option to Extend the Term of the Contract 52.219-8 Utilization of Small Business Concerns (January 2011) 52.219-28 Post Award Small Business Program Rerepresentation (April 2009) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (April 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.223-11, Ozone-Depleting Substances 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, (May 2008) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Contractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984) 52.242-15, Stop Work Order (Aug 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.246-1, Contractor Inspection Requirements (Apr 1984) 52.246-20, Warranty of Services (May 2001) 52.247-34, F.O.B. Destination (Nov 1991) 52.249-1, Termination for Convenience of the Government (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb, 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. 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 (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 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7007, Alt A (Jan 2015) DFARS 252.204-7008, Compliance with Safeguarding covered Defense Information Controls (Aug 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.211-7007, Reporting of Government Furnished Property (Aug 2012) DFARS 252.223-7006 Hazardous Material Disposal DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 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 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001, Pricing of Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) This announcement will close at 12:00 pm ET on Friday, November 06, 2015. Contact Deana Manfredi at 207-438-1630 or email deana.manfredi@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. Evaluation Criteria: 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 quote. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications in attachment) - Price - Adherence to Schedule (The contracting officer reserves the right to award based on ability to meet desired schedule) 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, and the 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 and Descriptions are as follows: 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 deana.manfredi@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Quotes over fifteen (15) pages will not be accepted. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-11-04 13:20:19">Nov 04, 2015 1:20 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-12-04 13:06:35">Dec 04, 2015 1:06 pm Track Changes Solicitation #N3904016T0017 is hereby amended as of 12/04/2015 to re-solicit for full and open/unrestricted competition. Please see the updated Amd 02 Attachment, RFQ Rev2 Form, reflecting a Response Due Date of Friday, 12/11/2015 nlt 11:00 a.m. All Offerors are requested to fill out the RFQ Rev2 Form in its entirety, and to provide supporting equipment data sheet(s) for the diesel generator unit it proposes to provide in response to the RFQ. No deviation from the Statement of Work is authorized.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04706989515b089f7666113c01cee5a6)
 
Place of Performance
Address: Naval Base Point Loma, San Diego, CA, 92106, US, San Diego, California, 92106, United States
Zip Code: 92106
 
Record
SN03961164-W 20151206/151204234405-04706989515b089f7666113c01cee5a6 (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.