SOLICITATION NOTICE
W -- 24 by 8 mobile office-bunk room
- Notice Date
- 3/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Portsmouth Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
- ZIP Code
- 00000
- Solicitation Number
- N4008516Q9333
- Response Due
- 3/30/2016
- Archive Date
- 4/14/2016
- Point of Contact
- Bridget R. Bartolomei 207-438-4609 Bridget.Bartolomei@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 NECO/FEDBIZOPPS (www.fbo.gov). The RFQ number is N40085-16-Q-9333. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 532120. This is a Small Business Set-Aside and the small business size standard for NAICS Code 532120 is $38.5 Million. Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of a 24 by 8 mobile office-bunk room. Period of performance for the base award is 05/03/2016 to 05/02/2017; Place of Performance is Portsmouth Naval Shipyard, Kittery, ME. 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 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 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Governments Interest When Subcontracting 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 52.217-9 Option to Extend the Term of the Contract. 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 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-11 Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 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 (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 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 Quoters shall include a completed copy of 52.212-3 with quotes. 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 252.203-7005, 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 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.211-7007 Reporting of Government-Furnished Property. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System DFARS 252.215-7007 Notice of Intent to Resolicit DFARS 252.215-7008 Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program. 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 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea This announcement will close at 02:00 PM ET local time on 23 March 2016. Contact Bridget R. Bartolomei can be reached by email emily.bateman@navy.mil. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made based on Lowest Priced Technically Acceptable procedures. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price - Delivery Date (The contracting officer reserves the right to award based on delivery) METHOD OF PROPOSAL SUBMISSION: Offers shall emailed to bridget.bartolomei@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE CODE, AND business size. 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/NAVFAC/N62472NH/N4008516Q9333/listing.html)
- Record
- SN04056878-W 20160323/160321235616-0fdbcb00ac544ab55492bc20ab21c29c (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 |