20FT FREEZER AND 20FT REFRIGERATOR RENTAL
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159492824322812 |
Posted Date: | Feb 14, 2023 |
Due Date: | Feb 17, 2023 |
Solicitation No: | N3904023PSE2180 |
Source: | https://sam.gov/opp/802b71c7c8... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Feb 14, 2023 01:48 pm EST
- Original Published Date: Feb 13, 2023 11:12 am EST
- Updated Date Offers Due: Feb 17, 2023 09:00 am EST
- Original Date Offers Due: Feb 17, 2023 09:00 am EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 04, 2023
- Original Inactive Date: Mar 04, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4110 - REFRIGERATION EQUIPMENT
-
NAICS Code:
- 493120 - Refrigerated Warehousing and Storage
-
Place of Performance:
Kittery , ME 03904USA
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, 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 BetaSAM.
POP:03-04-2023 to 03-03-2024 OPTION 03-04-2024 to 03-03-2025
The Request for Quotation (RFQ) number is N3904023PSE2180. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change Notice 12/30/2022. 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/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code 493120. The small business size standard is $32M. The Government intends to negotiate and award the resultant contract to; rental of a Desiccant dehumidifier package, in accordance with the attached Request for Quote.
This requirement is for a fixed price contract. Small business set-aside. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.
The following FAR provision and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-2 Security Requirements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance)
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership of Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance)
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law
52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use
52.211-15 Defense Priority and Allocation Requirements
52.212-1 DEV Instructions to Offerors - Commercial Items
52.212-2 Evaluation—Commercial Items
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
52.216-1 Type of Contract: Firm Fixed Price
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.219-6 Small Business Program Representation
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
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-11 Ozone-Depleting Substances
52.223-18 Contractor Policy to Ban Text Messaging while Driving
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reductions Goals
52.225-13 Restriction on Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government buildings, equipment, and vegetation
52.242-15 Stop-Work Order
52.243-1 Changes-Fixed Price
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
52.253-1 Computer Generated Forms
Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials
DFARS 252.204-7000 Disclosure of information
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7006 Billing Instructions
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.213-7000 Notice to Prospective suppliers on use of supplier performance risk system in past evaluations
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7000 Buy American Balance of Payments Program Certificate
DFARS 252.225-7031 Secondary Arab Boycott of Israel
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.231-7000 Supplemental Cost Principles
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
NAVSEA CLAUSES
C-202-H001 ADDITIONAL DEFINITIONS–BASIC
C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES
C-211-H018 APPROVAL BY THE GOVERNMENT
C-212-W002 COMMERCIAL SUPPLIER AGREEMENTS
C-223-H003 EXCLUSION OF MERCURY
C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE
C-223-N001 RADIOLOGICAL INDOCTRINATION POSTINGS AND INSTRUCTIONS
C-223-W002 ON SITE SAFETY REQUIREMENTS
C-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT
C-246-H001 EXTENSION OF COMMERCIAL WARRANTY
C-247-H001 PERMITS AND RESPONSIBILITES
D-247-H002 PACKAGING OF SUPPLIES
D-247-W001 PROHIBITED PACKING MATERIALS
D-247-H004 MARKING AND PACKING LIST(S)--BASIC
E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES
F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY
F-247-H004 F.O.B. DESTINATION
F-247-N002 INSTRUCTIONS TO PORTSMOUTH NAVAL SHIPYARD
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE
G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES
G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE
Evaluation Criteria:
52.212-2 Evaluation--Commercial Items
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.
(1) TECHNICAL ACCEPTABILITY
Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.
Technical Evaluation Ratings:
Rating: Acceptable
Description: Submission clearly meets the minimum requirements of the solicitation
Rating: Unacceptable
Description: 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.
(2) PRICE
The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days.
Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.
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/.
Place of Performance is: Portsmouth Naval Shipyard, Kittery, Maine 03904
FOB – Destination
METHOD OF PROPOSAL SUBMISSION:
All quotes must be sent via email to raymond.j.dennis.civ@us.navy.mil Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 493120, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than DUE DATE: 02/17/23 at 9:00 AM.
******* End of Combined Synopsis/Solicitation ********
Document | File Size | Access | Updated Date |
|
154 KB
|
Public |
Feb 13, 2023
|
- PORTSMOUTH NH 03801-5000
- PORTSMOUTH , NH 03801-5000
- USA
- Raymond Dennis
- raymond.dennis@navy.mil
- Phone Number 2079940743
- Feb 14, 2023 01:48 pm ESTCombined Synopsis/Solicitation (Updated)
- Feb 13, 2023 11:12 am EST Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.