SOLICITATION NOTICE
J -- X-RAY Machine Quarterly Maintenance Services
- Notice Date
- 10/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 808 Burwell St Bldg 844, Bremerton, WA 98314
- ZIP Code
- 98314
- Solicitation Number
- N4523A18Q0001
- Response Due
- 10/13/2017
- Archive Date
- 4/11/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N4523A18Q0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-10-13 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be BANGOR, WA 98315 The NAVSEA - Puget Sound Naval Shipyard requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Quarterly Maintenance Services (BASE YEAR): Quarterly maintenance services to be performed in accordance with the attached performance work statement., 4, EA; LI 002: Emergency/Short Notice Repair (OPTIONAL BASE YEAR): Contractor will provide phone or electronic mail response to customer on all requests within 24 hours. Should repairs or unscheduled onsite service be required, Contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available, emergency response time to the Government site will be within 168 hours of part availability. Any parts required will be procured via Government Purchase Card or Purchase Order based on cost and Government requirement., 4, EA; LI 003: Quarterly Maintenance Services (Option Year 1): Quarterly maintenance services to be performed in accordance with the attached performance work statement., 4, EA; LI 004: Emergency/Short Notice Repair (OPTIONAL: OPTION YEAR 1): Contractor will provide phone or electronic mail response to customer on all requests within 24 hours. Should repairs or unscheduled onsite service be required, Contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available, emergency response time to the Government site will be within 168 hours of part availability. Any parts required will be procured via Government Purchase Card or Purchase Order based on cost and Government requirement., 4, EA; LI 005: Quarterly Maintenance Services (Option Year 2): Quarterly maintenance services to be performed in accordance with the attached performance work statement., 4, EA; LI 006: Emergency/Short Notice Repair (OPTIONAL: OPTION YEAR 2): Contractor will provide phone or electronic mail response to customer on all requests within 24 hours. Should repairs or unscheduled onsite service be required, Contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available, emergency response time to the Government site will be within 168 hours of part availability. Any parts required will be procured via Government Purchase Card or Purchase Order based on cost and Government requirement., 4, EA; LI 007: Quarterly Maintenance Services (Option Year 3): Quarterly maintenance services to be performed in accordance with the attached performance work statement., 4, EA; LI 008: Emergency/Short Notice Repair (OPTIONAL: OPTION YEAR 3): Contractor will provide phone or electronic mail response to customer on all requests within 24 hours. Should repairs or unscheduled onsite service be required, Contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available, emergency response time to the Government site will be within 168 hours of part availability. Any parts required will be procured via Government Purchase Card or Purchase Order based on cost and Government requirement., 4, EA; LI 009: Quarterly Maintenance Services (Option Year 4): Quarterly maintenance services to be performed in accordance with the attached performance work statement., 4, EA; LI 010: Emergency/Short Notice Repair (OPTIONAL: OPTION YEAR 4): Contractor will provide phone or electronic mail response to customer on all requests within 24 hours. Should repairs or unscheduled onsite service be required, Contractor will work with customer to establish clear timeline for repairs with regards to parts availability, shipping and transport times, and technician availability at a best effort basis if not immediately available, emergency response time to the Government site will be within 168 hours of part availability. Any parts required will be procured via Government Purchase Card or Purchase Order based on cost and Government requirement., 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - Puget Sound Naval Shipyard intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - Puget Sound Naval Shipyard is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.217-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.232-39, 52.204-2, 252.203-7000, 252.204-0001, 252.204-7005, 252.204-7015, 252.232-7006, 252.232-7003. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation ”Commercial Items (Oct 2014) (a) 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. The following factors shall be required and evaluated on a Acceptable/Unacceptable basis, failure to provide a response will be considered unacceptable: Please provide documentation demonstrating; 1. Office located within 200 miles of Puget Sound Naval Shipyard. 2. Capability or certification of performing repair or maintenance services on Comet/Philips Industrial X-Ray Machinery within the past two years. 3. Pricing will not be considered unless submitted on the attached "X-Ray Services For Quote" (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). WD 15-5525 (Rev.-4) was first posted on www.wdol.gov on 08/15/2017
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q0001/listing.html)
- Place of Performance
- Address: BANGOR, WA 98315
- Zip Code: 98315
- Zip Code: 98315
- Record
- SN04708789-W 20171008/171006230812-ce65fb973b1ee81d5d7b57f1775e4710 (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 |