SOLICITATION NOTICE
W -- OP4 Diesel Generator
- Notice Date
- 7/15/2020 10:43:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904020Q00455
- Response Due
- 7/24/2020 1:00:00 PM
- Archive Date
- 08/08/2020
- Point of Contact
- Cody J Grey, Phone: 2074384845
- E-Mail Address
-
cody.j.grey1@navy.mil
(cody.j.grey1@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Part 13, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N3904020Q00455 and is a Request for Quote.� This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2019-2015.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The North American Industry Classification System (NAICS) is 532490.� The Small Business Size Standard is $32.5 Million.� This is not a small business set aside. Portsmouth Naval Shipyard intends to negotiate, and award, to the lowest technically acceptable quote. This requirement is for a fixed price contract.� The contract will be awarded using simplified acquisition procedures in accordance with FAR part 12. The contractor shall provide the following service: Please review the attached Statement of Work. The Period of Performance is from 8/16/20/8/15/21 with an additional option of 8/16/21 � 2/19/22. The following are FAR clauses that can be found at the following website http://farsite.hill.af.mil/: 52.203-3�������������� Gratuities (APR 1984) 52.203-6 ������������ Restrictions on Subcontractor Sales to the Government (JUN 2019) 52.203-18������������ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation (JAN 2017) 52.204-8�������������� Annual Representations and Certifications (OCT 2018) 52.204-10������������ Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2019) 52.204-19������������ Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22������������ Alternative Line Item Proposal (JAN 2017) 52.209-2�������������� Prohibition on Contracting with Inverted Domestic Corporations�Representation (NOV 2015) 52.209-6�������������� Protecting the Government�s Interest When Subcontracting (JUN 2019) 52.209-10������������ Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.209-11������������ Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-14������������ Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) 52.211-15������������ Defense Priority and Allocation Requirements (APR 2008) 52.212-1�������������� Instructions to Offerors�Commercial Items (OCT 2018) 52.212-2�������������� Evaluation � Commercial Item (OCT 2014) 52.212-3�������������� Offeror Representations and Certifications�Commercial Items--Alternate I (OCT 2014) 52.212-4�������������� Contract Terms and Conditions�Commercial Items (OCT 2018) 52.212-5�������������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (JAN 2019) 52.222-3�������������� Convict Labor (JUN 2003) 52.217-9�������������� Option to Extend the Term of the Contract (MAR 2000) 52.222-21������������ Prohibition of Segregated Facilities (APR 2015) 52.222-26������������ Equal Opportunity (SEP 2016) 52.222-50������������ Combating Trafficking in Persons (JAN 2019) 52.223-11������������ Ozone-Depleting Substances (JUN 2016) 52.223-18������������ Contractor Policy to Ban Text Messaging While Driving (JUN 2019) 52.232-25������������ Prompt Payment (JAN 2017) 52.232-33������������ Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36������������ Payment by Third Party (MAY 2014) 52.232-39������������ Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.242-17������������ Government Delay of Work (APR 1984) 52.242-15������������ Stop-Work Order (AUG 1989) 52.243-1�������������� Changes�Fixed Price�Alt I (APR 1984) 52.247-34������������ f.o.b. Destination (NOV 1991) 52.252-1�������������� Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2�������������� Clauses Incorporated by Reference (FEB 1998) 52.252-5�������������� Authorized Deviations in Provisions (APR 1984) 52.252-6�������������� Authorized Deviations in Clauses (APR 1984) 52.253-1 ������������ Computer Generated Forms (JAN 1991) The following are DFARS clauses that can be found at the following website http://farsite.hill.af.mil/vmdfara.htm: 252.203-7000����� Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005����� Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7006����� Billing Instructions (OCT 2005) 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.213-7000����� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (MAR 2018) 252.223-7008����� Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001����� Buy American and Balance of Payments Program�Basic (DEC 2017) 252.225-7002����� Qualifying Country Sources as Subcontractors (DEC 2017) 252.225-7031����� Secondary Arab Boycott of Israel (JUN 2005) 252.225-7036����� Buy American�Free Trade Agreements--Balance of Payments Program�Basic (DEC 2017) 252.225-7048����� Export-Controlled Items (JUN 2013) 252.231-7000����� Supplemental Cost Principles (DEC 1991) 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006����� Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010����� Levies on Contract Payments (DEC 2006) 252.247-7023����� Transportation of Supplies by Sea � Basic (FEB 2019) The following are NAVSEA HQ clauses that can be made available upon request: C-223-H003�������� Exclusion of Mercury (NAVSEA) (MAR 2019) C-223-H004�������� Management and Disposal of Hazardous Waste ��������������� C-223-N001�������� Radiological Indoctrination, Postings and Instructions ��������������� C-223-N002�������� Restrictions on Use of Yellow Material C-228-H002�������� Minimum Insurance Requirements (NAVSEA) (JAN 2019) D-247-H002�������� Packaging of Supplies�Basic (NAVSEA) (OCT 2018) D-247-H004�������� Marking and Packing List(s)�Basic (NAVSEA) (OCT 2018) D-247-W001������ Prohibited Packing Materials (NAVSEA) (OCT 2018) E-246-H016�������� Inspection and Acceptance of F.O.B. Destination Deliveries (NAVSEA) (OCT 2018) F-247-H004�������� Restrictions for Shipping to Military Air or Water Port/Terminal F-247-N002�������� Instructions for Deliveries to the Portsmouth Naval Shipyard (NAVSEA) (MAR 2019) G-232-H005������� Supplemental Instructions Regarding Invoicing (NAVSEA) (JAN 2019) G-242-H001������� Government Contract Administration Points-of-Contract and Responsibilities (NAVSEA) (OCT 2018) System for Award Management (SAM): Vendors must be registered in the SAM database in order for quotes to be evaluated for an award to be made.� Registration is free and can be completed on-line at https://sam.gov/SAM/ All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms.� Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63aac3545dd542fe81b88919dfa69ca8/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN05721896-F 20200717/200715230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |