SOLICITATION NOTICE
J -- CS744 Carbon Sulfur Analyzer/ RC612 Multi-Carbon Determinator
- Notice Date
- 7/29/2020 6:34:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904020Q0212
- Response Due
- 8/3/2020 12:00:00 PM
- Archive Date
- 08/18/2020
- Point of Contact
- Victoria MacLellan, Phone: 2074386224, Fax: 2074384193
- E-Mail Address
-
victoria.maclellan@navy.mil
(victoria.maclellan@navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 Beta.SAM.gov. The Request for Quotation (RFQ) number is N3904020Q0212. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Change Notice 2020-0605. 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: https://www.acquisition.gov/browse/index/far��� and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 334516 and the Small Business Standard is 1,000 Employees. This is a Sole Source solicitation. This requirement is Sole Sourced to the LECO Corporation based on the fact that the parts and equipment are proprietary. To be provided in accordance with the below, and the attached Request for Quote and Statement of Work. 0001������ Annual preventative maintenance on CS744 Carbon Sulfur Analyzer (S/N: 16935) equipment to include 1 annual preventative maintenance visit covering routine parts, labor, and travel to perform checks of all electrical connections, setting of proper voltages, inspection of all plumbing, cleaning of the flow path, changing reagents, and other related maintenance services and to calibrate equipment to LECO and/or NIST standards as applicable. 08/15/2020-08/14/2021. 0002������ Annual preventative maintenance on RC612 Multi-carbon Determinator (S/N: 16694) equipment to include 1 annual preventative maintenance visit covering routine parts, labor, and travel to perform checks of all electrical connections, setting of proper voltages, inspection of all plumbing, cleaning of the flow path, changing reagents, and other related maintenance services and to calibrate equipment to LECO and/or NIST standards as applicable. 08/15/2020-08/14/2021. 1001������ Option to Extend CLIN 0001, Period of One Year, 08/15/2021-08/14/2022. 1002������ Option to Extend CLIN 0002, Period of One Year, 08/15/2021-08/14/2022. 2001������ Option to Extend CLIN 0001, Period of One Year, 08/15/2022-08/14/2023. 2002������ Option to Extend CLIN 0002, Period of One Year, 08/15/2022-08/14/2023. 3001������ Option to Extend CLIN 0001, Period of One Year, 08/15/2023-08/14/2024. 3002������ Option to Extend CLIN 0002, Period of One Year, 08/15/2023-08/14/2024. �������������� Place of Performance: Portsmouth Naval Shipyard, Kittery, ME. �������������� Period of Performance: 08/15/2020-08/14/2024. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation 52.203-19 ���� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 ������ System for Award Management 52.204-10 ���� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 ���� System for Award Management Maintenance 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 52.204-19 ���� Incorporation by Reference of Representations and Certifications. 52.204-20 ���� Predecessor of Offeror 52.204-21 ���� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���� Alternative Line Item Proposal 52.204-23 ���� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-2 ������ Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 ������ Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-10 ���� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 ���� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ���� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���� Defense Priority And Allocation Requirements 52.212-1 ������ Instructions to Offerors--Commercial Items 52.212-3 Alt 1����� 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 52.216-1 ������ Type of Contract: Firm Fixed Price 52.217-5 ������ Evaluation of Options 52.217-9 ������ Option to Extend the Term of the Contract 52.219-1 Alt� ������ Small Business Program Representations 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 ���� Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 ���� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 ���� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 ���� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 ���� Restrictions on Certain Foreign Purchases 52.225-25 ���� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-18���� Availability of Funds 52.232-33 ���� Payment by Electronic Funds Transfer--System for Award Management 52.232-39 ���� Unenforceability of Unauthorized Obligations 52.232-40 ���� Providing Accelerated Payments to Small Business Subcontractors 52.233-3 ������ Protest After Award 52.233-4 ������ Applicable Law for Breach of Contract Claim 52.242-15 ���� Stop-Work Order 52.247-34 ���� F.O.B. Destination� 52.252-1 ������ Solicitation Provisions Incorporated By Reference 52.252-2 ������ Clauses Incorporated By Reference 52.252-6 ������ Authorized Deviations in Clauses C-202-H001 ADDITIONAL DEFINITIONS�BASIC (NAVSEA) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018) D-211-H004 IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019) Quoters should include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 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 252.204-7005 ��� Oral Attestation of Security Responsibilities 252.204-7006 ��� Billing Instructions 252.204-7008 ��� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 ��� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 ��� Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 ��� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium 252.225-7002 ����� Qualifying Country Sources as Subcontractors 252.225-7048 ��� Export-Controlled Items 252.232-7003 ��� Electronic Submission of Payment Requests and Receiving Reports 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 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.247-7023 ��� Transportation of Supplies by Sea This announcement will close at 03:00 PM ET local time on 31 July 2020. Contact Victoria MacLellan who can be reached by email victoria.maclellan@navy.mil METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed. 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, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/df498230c82a463d8377b060b9a01451/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN05737454-F 20200731/200729230142 (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 |