Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

W -- Leased Parts Washers and Used Solvent Recycle Services - 52.212-2 Evaluation

Notice Date
4/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18R1349
 
Archive Date
5/15/2018
 
Point of Contact
Melissa N. Oser, Phone: 3604761348, Daniel J. Ellis, Phone: 3604764001
 
E-Mail Address
melissa.oser@navy.mil, daniel.ellis@navy.mil
(melissa.oser@navy.mil, daniel.ellis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Contract Terms and Conditions Evaluation Factors 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; proposals are being requested and a written solicitation will not be issued. Solicitation # N4523A18R1349 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated 24 January, 2018. This is a Full and Open (Unrestricted) solicitation that will be awarded utilizing the procedures in the Request for Proposal. 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 Small Business Size Standard of $32.5M, the Product Service Code (PSC) is W099 (Lease or Rental of Equipment - Miscellaneous). The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) has a requirement to provide parts washer services, leasing of parts washers, and recycling old solvents for clean virgin solvents at Bremerton, Washington for a base plus four-year commercial service firm fixed price single award contract (FFP). A full description of all requirements associated with this contract action is provided in a detailed Performance Work Statement ( Attached ). Base Year: CLIN 0001 Services/Lease Washer Part Option Year 1: CLIN 1001 Services/Lease Washer Part Option Year 2: CLIN 2001 Services/Lease Washer Part Option Year 3: CLIN 3001 Services/Lease Washer Part Option Year 4: CLIN 4001 Services/Lease Washer Part Services to be performed at Puget Sound Naval Shipyard in Bremerton, Washington. The Estimated Period of Performance is as follows: Base Year: 1 May 2018 - 30 April 2019 Option Year 1: 1 May 2018 - 30 April 2019 Option Year 2: 1 May 2018 - 30 April 2019 Option Year 3: 1 May 2018 - 30 April 2019 Option Year 4: 1 May 2018 - 30 April 2019 The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items. 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. ( Attached ). Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. ( Attached ). Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: 52.204-7 System for Award Management (Oct 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.215-7007 Notice of Intent to Resolicit (Jun 2012) 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 2016) 252.225-7012 Preference For Certain Domestic Commodities (Dec 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing Of Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) Additionally, each offeror must provide the following information with their proposal: 1. The Request for Proposal (RFP) number; 2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFP. Proposals that reject the terms and conditions of the RFP may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 6. Address technical capability in meeting the requirement per the Performance Work Statement. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via electronic means (E-mail) to Melissa Oser at melissa.oser@navy.mil by 9:00 a.m. Pacific Standard Time on 30 April, 2018. Any award resulting from this RFP will be made based on the lowest evaluated priced offer that meets the performance work statement requirements. All questions concerning this solicitation shall be addressed to melissa.oser@navy.mil or daniel.ellis@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1349/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, 1400 Farragut Ave, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04897574-W 20180425/180423230529-23449e222e63cefa21876a40dbaa046c (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.