SOLICITATION NOTICE
W -- Rent refrigerator & freezer for food - Rental Specifications
- Notice Date
- 8/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
- ZIP Code
- 03904-5000
- Solicitation Number
- N3904018Q0352
- Archive Date
- 9/22/2018
- Point of Contact
- Gisela Gauthier, Phone: 2074383874, Patricia M. Perkins, Phone: 2074384845
- E-Mail Address
-
gisela.gauthier@navy.mil, patricia.perkins@navy.mil
(gisela.gauthier@navy.mil, patricia.perkins@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Refrigerator and freezer specifications. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (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 posted on FEDBIZOPPS (http://www.fbo.gov). The Request For Quote (RFQ) number is N3904018Q0352. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Change Notice 20180629. 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/, http://farsite.hill.af.mil/vmdfara.htm and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490 and the Small Business Standard is $32.5 million dollars. The proposed contract is 100% set aside for Woman Owned Small Business concerns. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Rental of a Walk-In Refrigerator and a Walk-In Freezer. Period of performance: One year from date of contract with options for an additional two years. Base CLIN 0001: Rental of 8' x 20' walk-in refrigerator in accordance with Statement of Work, provided as an attachment to this solicitation. Base CLIN 0002: Rental of 8' x 20' walk-in freezer in accordance with Statement of Work, provided as an attachment to this solicitation. CLIN 0003: Delivery of equipment (one time charge). CLIN 0004: Return of equipment (one time charge, may happen at any time). Option CLINs 1001 and 2001: exercisable extensions of CLIN 0001. Option CLINs 1002 and 2002: exercisable extensions of CLIN 0002. Projected Periods Of Performance (POP): BASE YEAR: 9/17/2018 to 9/16/2019 OPTION ONE: 9/17/2019 to 9/16/2020 OPTION TWO: 9/17/2020 to 11/12/2020 The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - 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 including: 52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10, Reporting 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 52.209-10, 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 52.219-28, 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 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-39, Providing Accelerated Payments to Small Business Subcontractors 52.232-40, Unforceability of Unauthorized Obligations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-2, Security Requirements 52.204-7, System For Award Management 52.204-13, System For Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.217-9, Option to Extend the Term of the Contract 52.222-22, Previous Contracts and Compliance Reports 52.225-13, Restriction on Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-39, Providing Accelerated Payments to Small Business Subcontractors 52.232-40, Unenforceability of Unauthorized Obligations 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F. O. B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms DFARS Clauses: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System For Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export Controlled Items 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea ** Denotes comprehensive clauses (i.e., mandatory and applicable clauses listed by reference in FAR 52.212-5) Contracting Officer's point of contact is: Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil Fax: 207-438-4193 CORRESPONDENCE: For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on Page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to: Contract Division, Code 410 T-162E Portsmouth Naval Shipyard Kittery, ME 03904 This notice will close at 11:59 AM EDT on September 7, 2018. Please include Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, DUNS #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e918f9e599d68ba60dd4bc5682dc5156)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN05050477-W 20180824/180822231138-e918f9e599d68ba60dd4bc5682dc5156 (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 |