Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
MODIFICATION

J -- Fire Suppression Systems Maintenance, Paint Lockers Certification and C02 Certification/Repairs

Notice Date
12/18/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
1400 Farragut Ave, Bremerton, WA 98314
 
ZIP Code
98314
 
Solicitation Number
N4523A18Q1053
 
Response Due
1/3/2018
 
Archive Date
7/2/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N4523A18Q1053 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-01-03 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The NAVSEA - Puget Sound Naval Shipyard requires the following items, Meet or Exceed, to the following: LI 001: Suppression systems and kitchen range hood testing/inspection, Gaylord range hood cleaning, and HAZMAT locker certification and maintenance in accordance with (IAW) the Performance Work Statement (PWS). Total price for this CLIN must equal the CLIN 0001 Total from Attachment 4 CLIN Pricing Worksheet., 1, Job; LI 002: Annual fire extinguisher inspections, IAW the PWS. Total price for this CLIN must equal the CLIN 0002 Total from Attachment 4 CLIN Pricing Worksheet., 1, Job; LI 003: Emergency/Short Notice Repair Call: Emergency/service onsite repair calls to restore suppressions systems to normal operations, IAW the attached PWS. Should repairs or unscheduled onsite service be required, contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available. Any repair parts required will be procured by the government and provided to the contractor. A service call consists of up to four (4) hours of technician labor and all associated support costs. Service calls that exceed four hours shall count as multiple service calls for the purposes of invoicing, as approved by the government. Service calls shall not exceed the total quantity obligated on this contract prior to KO approval and modification of the contract. Additional service calls, if deemed necessary, shall be agreed by both parties to be priced at the same quantity price as existing service call price., 4, EA; LI 004: Contractor Manpower Reporting on labor hours used in the performance of CLINs 0001 through 0003, IAW the PWS. For price estimating purposes, the contractor manpower reporting application reporting process typically takes one person 2-3 hours to complete., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - Puget Sound Naval Shipyard intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - Puget Sound Naval Shipyard is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. WD 15-5525 (Rev.-4) date of revision 08/09/2017 The contract price includes all applicable Federal, state, and local taxes and duties. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor is responsible in accordance with FAR 9.1. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has been determined to be responsible, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor has not been determined to be responsible, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and responsibility. This method will continue until the lowest priced, technically acceptable quote, by a responsible vendor, is determined. Quotes will be evaluated based on price and technical acceptability as outlined in 52.212-2 below. Quoter certifies that the service quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. The government reserves the right to evaluate one or more additional quotes as part of price analysis. 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 technical factors shall be required and evaluated on an Acceptable/Unacceptable basis, failure to provide a response will be considered unacceptable: Please provide documentation demonstrating; 1. Office located within 100 miles of Puget Sound Naval Shipyard to support timely emergency/service calls. 2. Attachment 4 "CLIN Pricing Worksheet" must be completed and sent in with quote to be considered acceptable. Total prices for CLIN 0001 and CLIN 0002 must match the respective line item prices in FedBid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q1053/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN04769904-W 20171220/171218231202-5c7f1244bcd2ab0812a0f6d952c3df07 (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.