Maine Bids > Bid Detail

Refrigeration - Freezer

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159606334569972
Posted Date: Nov 2, 2021
Due Date: Nov 2, 2022
Solicitation No: N3904021Q0276
Source: https://sam.gov/opp/b005aeea40...
Follow
Refrigeration - Freezer
Active
Contract Opportunity
Notice ID
N3904021Q0276
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 02, 2021 12:08 pm EDT
  • Original Date Offers Due: Nov 02, 2022 11:59 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 03, 2021
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4110 - REFRIGERATION EQUIPMENT
  • NAICS Code: 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

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 BETA SAM.



The Request for Quotation (RFQ) number is N3904021QPSE1723. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-05 and DFARS Change Notice 2021-04 1-19-2021. 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 https://www.acq.osd.mil/dpap/dars/change_notices.html



The NAICS code is 532490 and the Small Business Standard is $35 million. This is a 100% SMALL BUSINESS SET-ASIDE solicitation.



Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: michael.d.carleton@navy.mil



The Portsmouth Naval Shipyard requests responses from sources capable of providing the RENTAL OF (1EA) REFRIGERATOR FREEZER in accordance with the following:



The Contractor shall provide the following:



CLIN 0001: 11/15/2021 –11/14/2022 (52 Weeks)



CLIN 1001: 11/15/2022 - 11/14/2023 (52 Weeks)



CLIN 2001: 11/15/2023 – 9/3/2024 (42 Weeks)



RENTAL OF (1) REFRIGERATOR/FREEZER, In Accordance with Statement of Work.



See attached RFQ for details




  • Place of performance: NAVAL SUBBASE, PORTSMOUTH NAVAL SHIPYARD, MAINE 03904




  • Award will be made based on the lowest price, technically acceptable.



Please include payment terms and the primary point of contact in the quotation. michael.d.carleton@navy.mil



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:



C-202-H001 Additional Definitions–Basic (Navsea) (Oct 2018)



C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea)(Oct 2018)



C-211-H018 Approval By The Government (Navsea) (Jan 2019)



C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019)



C-223-N001 Radiological Indoctrination, Postings And Instructions (Navsea) (Oct 2018)



C-223-W002 On-Site Safety Requirements (Navsea) (Oct 2018)



C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Navsea) (Oct 2018)



C-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018)



C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018)



D-211-H002 Marking Of Reports (Navsea) (Oct 2018)



D-247-H004 Marking And Packing List-Basic (Navsea) (Oct 2018)



D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018)



E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) (Oct 2018)



F-211-H021 Delivery Or Performance (Navsea) (Mar 2019)



F-211-W001 Partial Deliveries (Navsea) (Oct 2018)



F-247-H004 Restrictions For Shipping To Military Air Or Water Port/Terminal (Navsea) (Oct 2018)



F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (Navsea) (Mar 2019)



G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018)



G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019)



G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018)



G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018)



G-242-W001 Contract Administration Functions (Navsea) (Oct 2018)



H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019)



M-215-H004 Basis Of Award (Navsea) (Dec 2018)



52.203-12, Limitation on Payments to Influence Certain Federal Transactions



52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights



52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representation



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



52.204-7, System for Award Management



52.204-9, Personal Identity Verification of Contractor Personnel



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 or 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 Safeguard of Covered Contractor Information Systems



52.204-22, Alternative Line Item Proposal



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment



52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation



52.209-6, Protecting the Government's Interest When Subcontracting



52.209-10, Prohibition on Contracting With Inverted Domestic Corporations



52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction



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, Instructions to Offerors - Commercial Items;



52.212-2, Evaluation - Commercial Item



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



52.216-1, Type of Contract: Firm Fixed Price



52.217-5, Evaluation of Options



52.217-9, Option to Extend Clause



52.217-9, Option to Extend the Term of the Contract, 15 days with 30 day notification



52.219-1, Small Business Program Representation



52.219-6, Notice of Total Small Business Set-Aside



52.219-8, Utilization of Small Business Concerns



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



52.222-35, Equal Opportunity for Veterans



52.222-36, Equal Opportunity for Workers with Disabilities



52.222-37, Employment Reports on Veterans



52.222-50, Combating Trafficking in Persons



52.223-3, Hazardous Material Identification & Material Safety Data



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 Reduction Goals-Representation



52.225-13, Restriction on Foreign Purchases



52.225-25, Prohibition on Contracting



52.232-18, Availability of Funds



52.232-33, Payment by Electronic Funds Transfer - System for Award Management



52.232-36, Payment by Third Party



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



52.242-15, Stop-Work Order



52.242-17, Government Delay of Work



52.247-34, F.o.b. Destination



52.252-2, Clauses Incorporated by Reference



52.252-6, Authorized Deviations in Clauses



52.253-1, Computer Generated Forms



Offerors 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



DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



DFARS 252.203-7003, Agency Office of the Inspector General



DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials



DFARS 252.204-7003, Control of Government Personnel Work Product



DFARS 252.204-7004 Alt A, System for Award Management



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 252.204-7011, Alternative Line Item Structure



DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting



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 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism



DFARS 252.211-7003, Item Unique Identification and Valuation



DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors



DFARS 252.223-7008, Prohibition of Hexavalent Chromium



DFARS 252.225-7013, Duty-Free Entry



DFARS 252.225-7031, Secondary Arab Boycott of Israel



DFARS 252.225-7048, Export-Controlled Items



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 252.243-7001, Pricing of Contract Modifications



DFARS 252.244-7000, Subcontracts for Commercial Items



Oral communications are not acceptable in response to this notice.



System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/.



All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms.



Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.




Attachments/Links
Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 02, 2021 12:08 pm EDTCombined 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.

Start Free Trial Today >