SOLICITATION NOTICE
43 -- RENTAL OF DEHUMIDIFIER AND AIR CONDITIONER
- Notice Date
- 10/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, CODE 200, 1968 GILBERT STREET, SUITE 600, NORFOLK, Virginia, 23511-3392, United States
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-14-T-N003
- Point of Contact
- Sharon P. Tapler, Phone: 757-396-8363
- E-Mail Address
-
sharon.tapler@navy.mil
(sharon.tapler@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION IN FAR SUBPART 12.6 USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE TEST PROGRAM FOR COMMERCIAL ITEMS FOUND AT FAR 13.5 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 POSED ON BOTH FEDBIZOPPS ( https://www.FBO.Gov/ ) and NECO ( https://www.NECO.navy.mil/ ). THE RFQ NUMBER IS N00189-14-T-N003. THIS SOLICITATION DOCUMENT INCORPORATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FAC 2005-99 AND DPN 20130909. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO BE FAMILIAR WITH THE APPLICABLE CLAUES AND PROVISIONS. THE CLAUSES MAY BE ACCESSED IN FULL TEXT AT THESE ADDRESSES: www.acqnet.gov.far AND http://www.acq.osd.mil/dpap/dfars/index.htm. THE NAICS CODE IS 532490 AND THE SMALL BUSINESS STANDARD IS $30.0 MILLION. THIS IS A COMPETITIVE 100% TOTAL SMALL BUSINESS (SB) SET-ASIDE ACTION. NAVSUP-FLEET LOGISTICS CENTER NORFOLK - NORFOLK NAVAL SHIPYARD REQUESTS RESPONSES FROM QUALIFIED SOURCES CAPABLE OF PROVIDING: ITEM 0001 RENTAL OF (1) EACH 20 TON AIR CONDITIONING UNIT IAW THE STATEMENT OF WORK ATTACHED. SETUP WILL INCLUDE PICK UP AND DELIVERY FROM WORKSITE ON BASE SHIP TO NUCLEAR POWER TRAINING UNIT (NPTU), 1260 SNOW POINT ROAD, GOOSE CREEK, SC 29445-8612 NOTE: ALL RENTAL EQUIPMENT RECEIVED AT NPTU CHARLESTON SC MUST BE SUPPLIED WITH PROPER INTERFACE CONNECTORS TO ALLOW HOOK UP ON BASE AT NPTU CHARLESTON, SC RENTAL PERIOD IS BASED ON A 30-DAY MONTH RENTAL RATE: MONTHLY RATE________________ WEEKLY RATE: ________________ DAILY RATE: ___________________ PERIOD OF PERFORMANCE: 11 OCTOBER 2013 TO 28 FEBRUARY 2014 ITEM 0002 RENTAL OF ONE (1) EACH DEHUMIDIFIER UNIT (9000) CFM WITH 64 KW HEATER IAW WITH THE STATEMENT OF WORK ATTACHED. SETUP WILL INCLUDE PICK UP AND DELIVERY FROM WORKSITE- SHIP (USS SAMUAL RAYBURN) ON BASE TO NUCLEAR POWER TRAINING UNIT, 1260 SNOW POINT ROAD, GOOSE CREEK, SC 29445-8612 NOTE: ALL RENTAL EQUIPMENT RECEIVED AT NPTU CHARLESTON SC MUST BE SUPPLIED WITH PROPER INTERFACE CONNECTORS TO ALLOW HOOK UP ON BASE AT NPTU CHARLESTON, SC RENTAL PERIOD IS BASED ON A 30-DAY MONTH RENTAL RATE: MONTHLY RATE_________________ WEEKLY RATE: _________________ DAILY RATE: ___________________ PERIOD OF PERFORMANCE: 11 OCTOBER 2013 TO 28 FEBRUARY 2014 ITEM 0001 SPECIFICATIONS: 20 ton Air Conditioning unit 20 Ton air conditioning unit shall be provided with the following capabilities, features, and specifications: •· 20 ton (minimum) Air Conditioning Unit, 8000 CFM minimum conditioned air, Air cooled Unit Unit must have a rated air flow of 8000 CFM Unit must lower air temperature to 55 Degrees F Unit must be rated for 20 Ton Air Cooling Maximum size: 8'-10" Long X 80" Wide X 60" high Maximum Weight: 3500 LB Must be electrically powered Maximum of 400 Amps @ 460V 3 Phase 60 HZ Must be weather tight for outdoor use Electrical Panel in NEMA 4 metal enclosure with lockable disconnect and Camlok Cords Two (2) Air Inlets and two (2) Air Outlets 17 1/2 " OD each Units must be capable of being used without any recirculation air. Must have reheat capability (70 KW min) Forklift pockets and four-point certified lift frame required Rigging sketch provided. Lifting and Rigging must conform to NAVFAC-P-307 Standards Gross weight must be stenciled on four sides Vendor shall provide two (2) 18" Dia. X 25'-0" Long insulated Flex Ducts CONTRACTOR RESPONSIBILITIES: 1.Equipment delivery and removal at no cost to the government. 2.Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 3.The contractor shall dispatch a representative in response to a service request to repair and/or replace any equipment within six (6) hours of notification by NNSY at no additional charge. 4.When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage, from the time it leaves the government site until it is returned to the government site. 5.Clean all equipment prior to delivery: (A)Equipment shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particles and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces, caused by short time exposure to the atmosphere, is acceptable. 6.Equipment must have pad eyes for crane movement or forklift slots (capable of being moved with forklift). 7.The weight of all equipment must be stenciled on the unit. GOVERNMENT RESPONSIBLILITY: 1.Provide operators 2.Perform basic maintenance and monitor all gauges. 3.Equipment movements at the job site. 4.Lost items and equipment damage beyond normal wear and tear. Notes: 1.New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2.The equipment will be exposed to everyday weather and saltwater air. It is the contractor's responsibility to provide any protective covering for the units. 3.The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor shall agree to prorate costs for the time the units are in use by NNSY only. The government agrees to give the contractor twenty-four (24) hour notice for return of units prior to expiration of rental period. ITEM 0002 SPECIFICATIONS 9000 CFM DEHUMIDIFIER 9000 CFM dehumidifier unit shall be provided with the following capabilities, features, and specifications: Desiccant Wheel Dehumidification Unit, 9000 CFM Electrically powered maximum of 400 AMPS @ 460V 3 phase, 60 HZ Maximum size: 11'-8" long x 76" wide x 7'-7" high Maximum Weight: 7000 LB Unit has 60 KW HEATER minimum Two(2) process air inlet and process air outlets to be 17 ½" OD minimum with minimum exit pressure of 3 to 5 inches of water. Desiccant wheel with reactivation blower Electrical panel in NEMA 4 metal enclosure with lockable disconnect and camlok cords. Capable of removing 120 lb/hr of moisture at 50% relative humidity and 9000 CFM (minimum). Forklift pockets and four-point certified lift frame required Rigging sketch provided. Lifting and Rigging must conform to NAVFAC-P-307 Standards Gross weight must be stenciled on four sides Vendor shall provide two (2) 18" Dia. X 25'-0" Long insulated Flex Ducts CONTRACTOR RESPONSIBILITIES: 1.Equipment delivery and removal at no cost to the government. 2.Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 3.The contractor shall dispatch a representative in response to a service request to repair and/or replace any equipment within six (6) hours of notification by NNSY at no additional charge. 4.When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage, from the time it leaves the government site until it is returned to the government site. 5.Clean all equipment prior to delivery: (A)Equipment shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particles and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces, caused by short time exposure to the atmosphere, is acceptable. 6.Equipment must have pad eyes for crane movement or forklift slots (capable of being moved with forklift). 7.The weight of all equipment must be stenciled on the unit. GOVERNMENT RESPONSIBLILITY: 1.Provide operators 2.Perform basic maintenance and monitor all gauges. 3.Equipment movements at the job site. 4.Lost items and equipment damage beyond normal wear and tear. Notes: 1.New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2.The equipment will be exposed to everyday weather and saltwater air. It is the contractor's responsibility to provide any protective covering for the units. 3.The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor shall agree to prorate costs for the time the units are in use by NNSY only. The government agrees to give the contractor twenty-four (24) hour notice for return of units prior to expiration of rental period. ADDITIONAL REQUIREMENTS APPLICABLE TO ITEM 0001 AND ITEM 0002: 1.The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1.For multiple point lifts each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a design factor of five to one based on ultimate strength. For single point lifts the lifting attachment shall be capable of supporting the gross weight of the equipment with a design factor of five to one based on ultimate strength. 1.2.For multiple point lifts each lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting one half the gross weight of the equipment. For single point lifts the lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting the gross weight of the equipment. 1.3.Design of the lifting attachments shall be such that the attachments and shackles are not side loaded more than 10° out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment, or alternatively a spreader beam certified to NAVFAC P-307 shall be provided. Whenever practical, the lifting attachments shall be located above the center of gravity, and such that the lifting slings do not contact the equipment housings. 1.4.Each lifting attachment shall be conspicuously marked in a contrasting color "Lift Here". Letters shall have a minimum height of 1". 2.The equipment shall be marked in a prominent location with the gross weight. Sand hoppers, tubs, or other containers that may contain material shall be marked with the empty and full weight (or alternatively the empty weight and working load limit). Marking shall be upper case letters of a contrasting color, with a minimum height of 1". Marking shall include the units (i.e. "pounds", "long tons", etc.). 3.The equipment shall be provided with a lifting sketch / rigging diagram that meets the requirements outlined below. 3.1.The lifting sketch shall detail any specific requirements and / or configurations that must be meet prior to lifting (i.e. "engage swing lock", "Tilt mast back fully", "Rotate lifting basket over side", "Utilize 10' minimum length slings", "Spreader beam required", etc.). 3.2.The lifting sketch shall include the location of the center of gravity of the equipment (full fuel, hydraulic tanks, etc.), equipment model/manufacturer, and gross weight. 3.3.A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346). 4.If specialized handling gear other than shackles, standard slings, or chainfalls (i.e. spreader beams, special lift rigs, etc.) is required, the contractor shall furnish it. This handling gear shall be provided certified in accordance with NAVFAC P-307, with written documentation of proof testing. REQUIREMENTS FOR LIFTING OF EQUIPMENT RIGGING SKETCH REQUIREMENTS At a minimum, the following information shall be provided: 1. Weight of the load 2. Location of the center of gravity, 3. Minimum crane capacity 4. Minimum capacity/length of slings 5. Minimum capacity of other standard rigging gear 6. The attachment (lifting) points for the load (a) The attachment points for multiple leg lifts shall be sized such that each attachment point can support half the load's weight at the anticipated lift angle (b) The attachment point of single leg lifts shall be sized such that the attachment point can support the entire load's weight 7. Limitations on allowable orientations for any parts making up the lifting assembly 8. For single leg vertical lifts using twisted rope (wire or synthetic), two parallel ropes each capable of supporting the entire load alone shall be required unless a method is used to prevent unlaying the rope 9 A minimum D/d ratio of one shall be required where wire rope slings pass over any object or in the eyes of wire rope slings. A minimum D/D ratio of two shall be required where synthetic rope slings pass over any object or in the eyes of synthetic rope slings (a) "D" represents the dia of the object the sling passes over (b) "d" represents the dia of the sling (c) Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios 10. Components in each handling assy shall be sized based on the worst case distribution of loads 11. When non-standard gear is required (i.e. round stock lifting bars) written instructions shall be provided that ensure (a) The proper material is being used (b) The item is certified IAW NAVFAC P-307 (c) Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e. eccentricity of the bearing points) *************************************************************************** A. Contractors and Non-NNSY Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard (NNSY) cognizance must adhere to Federal OSHA requirements for hazardous energy control IAW 29 CFR 1915.89 and must follow Hazardous Energy Control (HEC) procedures as identified in NAVSEA's Occupational Safety, Health and Environment Corporate Manual (OSHECM) Chapter 250 (latest revision) when performing work under NNSY contract. All HEC work to be performed by Contractors and NNGAs require that NNSY Technical Points of Contact (TPOCs) and/or Contracting Officer's Representatives (CORs) be notified of the HEC scope of work prior to starting work. Any changes or deviations in the initial scope of HEC work requires the NNSY TPOCs and/or CORs to be informed of the change/deviation. Appendix 250.B-1 through B-3 of OSHECM Chapter 250 for multiple employer work identifies when contractors and NNGAs are required to assign the lockout/tags-plus coordinator (LOTC) to coordinate HEC work with the cognizant NNSY LOTC. HEC locks shall be provided by the contractor or NNGA for their employees use. The HEC locks shall have red bodies with name labels or name tags affixed, identifying who installed the HEC lock(s) and a point of contact telephone number. HEC lock name labels and tags must be made of materials that will hold up to the environment to which they are exposed. JEC tags used for Tags-Plus HEC work shall be provided by the cognizant NNSY LOTC to the contractor or NNGA for their use if machinery, equipment or systems (MES) cannot be locked out. OSHECMA Chapter 250 Tags-Plus procedures will be strictly followed. B. Contractors and NNGA's may obtain electronic copies of OSHECM Chapter 250 (latest revision) and access the OSHA 1915.89 web-site by using the following link to NNSY's public access web site: http://www.navsea.navy.mil/shipyards/norfolk/default.aspc C.Names and contact information for NNSY LOTCs and/or facility custodian will be provided by NNSY TPOC and/or CORs set forth elsewhere in this award document. IMPORTANT INFORMATION: MARKINGS: In addition to any other marking requirements found herein, the Contractor shall ensure that all equipment supplied under this contract shall bear the following information: 1.Contractor's Name and Point of Contact information (name, tele# etc) 2.Government Contract Number; Contracting Officer's information (name, tele# etc) 3.Vessel Name/Code The above information should be prominently displayed in a manner that will withstand weather conditions under which this equipment may be exposed. PICKUP/REMOVAL OF RENTAL UNITS: Unless otherwise notified by NAVSUP FLCN Contracting, Norfolk Naval Shipyard Maritime Industrial Division, Code 533, rental/lease unit(s) shall be picked-up (removed) by Contractor on the morning after expiration of the established contract period of performance. In the event that this date occurs on a Saturday, Sunday, or a recognized Federal Holiday, the contractor may make the appropriate arrangements to pick-up the equipment on the first working day following the expiration of the contract at no additional cost to the Government. If any difficulty is experienced in picking up (removing) the unit(s) the Contractor MUST immediately request the Contracting Officer's direction. Contractor's failure to follow the above instructions regarding pick-up/removal of rental units will relieve the Government of any liability for further charges for the equipment. SAFETY: PER FAR 22.102-1(a) ENTITLED "SAFETY", CONTRACTORS ARE HEREBY INFORMED THAT THEIR EMPLOYEES OR REPRESENTATIVES PRESENT ON PROPERTY UNDER NORFOLK NAVAL SHIPYARD COGNIZANCE MUST FOLLOW THE REQUIREMMENTS IN SHIPYARD OCCUPATIONAL SAFETY AND HEALTH MANUAL NAVSHIPYDNORINST P5100.56 OR THE SITE SPECIFIC LOCATION OF THE CONTRACT. THE FOLLOWING FAR PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS PROCUREMENT: 52.204.7 Central Contractor Registration 52.204-13 Central Contractor Maintenance 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certification-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement statues or Executive Orders - Commercial Items including 52.204-10 Rerporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with contractors Debarred, suspended or Proposed for Debarment 52.219-6 Notice of Small Business Set-Aside 52.219-28 Post Award Small Business Program 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 w/Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-CCR 52.252-2 Clauses incoporated by Reference 52.247-34 Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, Systems for Award Management DFARS 252.212-7000 Offeror Representatiions and Certifications-Commercial Items DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7003 Transporation of Supplies by Sea DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 52.217-8 Option to Extend Services (NOV 1999) The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once but the total extension of performance hereunder shall not exceed 6 MONTHS. The Contracting Officer may exercise the option by written notice to the contractor within at least (1) calendar day. 52.213-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Notice of availability of funds issued pursuant to contract clause 52.213-18 will be posted to the FLC Norfolk web page at https://www.navsup.navy.mil/navsup/ourteam/navsupgls/navsupflcn (End of Clause) REQUIREMENTS FOR ACCESS TO NNSY Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.navsea.navy.mil/shipyards/norfolk/default.aspx to acquire the required form and completion guidance. NOTE: (1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2) If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database. (3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. NOTE: Please read the following as it applies to new access requirements being implemented on 01 October 2011 Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy Installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm (under "Popular Links"). THIS ANNOUNCEMENT WILL CLOSE AT 10:00 AM EST ON 07 OCTOBER 2013. CONTACT SHARON TAPLER WHO CAN BE REACHED AT 757-396-8363 OR EMAIL: sharon.tapler@navy.mil. ORAL COMMUNICATIONS ARE NOT ACCEPTABLE IN RESPONSE TO THIS NOTICE. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE, WHICH SHALL BE CONSIDERED BY THE AGENCY. ALL QUOTES SHALL INCLUDE PRICE(S), FOB POINT, A POINT OF CONTACT, NAME AND PONE NUMBER, TAX I.D. #, DUNS #, CAGE CODE, GSA CONTRACT NUMBER IF APPLIBLE, BUSINESS SIZE AND PAYMENT TERMS. QUOTES SHALL BE SUBMITTED VIA EMAIL TO shaon.tapler@navy.mil or via FAX 757-396-9895. QUOTES OVER 10 PAGES IN TOTAL WILL NOT BE ACCEPTED BY FAXSIMILE. EACH RESPONSE MUST CLEARLY INDICATE THE CAPABILITY OF THE QUOTER TO MEET ALL SPECIFICATIONS AND REQUIREMENTS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-14-T-N003/listing.html)
- Place of Performance
- Address: NUCLEAR POWER TRAINING UNIT (NPTU), 1260 SNOW POINT ROAD, GOOSE CREEK, CHARLESTON, South Carolina, 29445-8612, United States
- Zip Code: 29445-8612
- Zip Code: 29445-8612
- Record
- SN03211142-W 20131005/131003234111-2ed608a271827fd3ed537fce650212ec (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 |