MODIFICATION
R -- OPTION - Liquid Waste Feed Control System Upgrade
- Notice Date
- 10/3/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- Naval Surface Warfare Center, Carderock Division, Virginia Beach, VA 23459
- ZIP Code
- 23459
- Solicitation Number
- 1300728339
- Response Due
- 10/10/2018
- Archive Date
- 4/8/2019
- 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
- AMENDMENT NOTICE: 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 1300728339 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $27.50M. 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 2018-10-10 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be West Bethesda, MD 20817 The NAVSEA NSWC - Carderock requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/11/2018 - 10/10/2019 LI 001: LWFS PROGRAMMING MODIFICATION - Liquid Waste Feed Control System (LWFS) Custom Software Development -Convert program logic from the Mitsubishi FX 2N series PLC to the Mitsubishi L-series PLC in accordance with the attached Performance Work Statement Task 3.1, 1, EA; LI 002: LWFS PROGRAM INSTALL - Install Program Control System and Screen Designs (CLIN0001) in accordance with the attached Performance Work Statement Task 3.2, 1, EA; LI 003: SEMI ANNUAL PROGRAM MAINTENANCE - Semi-annual maintenance on the program to calibrate and adjust the input and output control signals to communicate with future test equipment in accordance with the attached Performance Work Statement Section 3.3., 2, EA; LI 004: CDRLS - NOT SEPARATELY PRICED. SEE ATTACHED, 1, LT; Option 1 Period of Performance: 10/11/2019 - 10/10/2020 LI 001: SEMI ANNUAL PROGRAM MAINTENANCE - Semi-annual maintenance on the program to calibrate and adjust the input and output control signals to communicate with future test equipment in accordance with the attached Performance Work Statement Section 3.3., 2, EA; Option 2 Period of Performance: 10/11/2020 - 10/10/2021 LI 001: SEMI ANNUAL PROGRAM MAINTENANCE - Semi-annual maintenance on the program to calibrate and adjust the input and output control signals to communicate with future test equipment in accordance with the attached Performance Work Statement Section 3.3., 2, EA; Option 3 Period of Performance: 10/11/2021 - 10/10/2022 LI 001: SEMI ANNUAL PROGRAM MAINTENANCE - Semi-annual maintenance on the program to calibrate and adjust the input and output control signals to communicate with future test equipment in accordance with the attached Performance Work Statement Section 3.3., 2, EA; Option 4 Period of Performance: 10/11/2022 - 10/10/2023 LI 001: SEMI ANNUAL PROGRAM MAINTENANCE - Semi-annual maintenance on the program to calibrate and adjust the input and output control signals to communicate with future test equipment in accordance with the attached Performance Work Statement Section 3.3., 2, 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 NSWC - Carderock 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 NSWC - Carderock 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. Incorporation by Reference of Representations andCertifications DEC 2014 Restrictions on Certain Foreign Purchases (June 2008) (E.O. 's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 541511 and the Small Business Standard is _$27.5__. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) 52.212-2 Evaluation - Commercial Items. Trainers shall be qualified to instruct employees about the subject matter that is being presented in training. Such trainers shall have satisfactorily completed a training program for teaching the subjects they are expected to teach, or they shall have the academic credentials and instructional experience necessary for teaching the subjects. Instructors shall demonstrate competent instructional skills and knowledge of the applicable subject matter. Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Protest after Award Oral Attestation of Security Responsibilities Commercial and Government Entity Code Reporting Ownership or Control of Offerer Alternate Line Item Proposal Prohibition on Contracting for Hardware, Software, and Services Develop or Provided by Kaspersky Lab Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information Supplies and Services Provided by Nontraditional Defense Contractors Export-Controlled ItemsJUN 2013 See Attached Clauses and Evaluation Criteria
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/1300728339/listing.html)
- Place of Performance
- Address: West Bethesda, MD 20817
- Zip Code: 20817
- Zip Code: 20817
- Record
- SN05115064-W 20181005/181003230954-92cf9d4797637aca04907df37ca0d706 (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 |