Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

W -- Low Pressure Air Compressor (LPAC) Systems - Lease

Notice Date
9/11/2020 2:47:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A20Q1317
 
Response Due
9/16/2020 12:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Nicholas Crowell, Ianthe Stevens-Ford
 
E-Mail Address
nicholas.a.crowell@navy.mil, ianthe.stevens-ford@navy.mil
(nicholas.a.crowell@navy.mil, ianthe.stevens-ford@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # N4523A20Q1317 is being issued for a five (5) month firm fixed price commercial contract, to provide two (2) Low Pressure Air Compressors (LPACs). The Government reserves the right to make multiple awards if, after considering additional administrative costs, it is in the Government�s best interest. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, dated 2 July 2020. This requirement is being solicited through full & open competition. The North American Industry Classification System (NAICS) code for this work is 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing), with a Business Size Standard of $35,000,000. The Product Service Code Class is W099 (Lease or Rental of Equipment-Miscellaneous). The line item numbers consist of: CLIN 0001. Low Pressure Air Compressor (LPAC) Lease FFP Leasing of two (2) LPAC systems. Each system shall be capable of supplying up to 1,500 SCFM of oil-free compressed air at 120 psig, with a dew point no greater than -40 deg. F.� The LPAC systems shall be electrically-powered and include all accessory components necessary to provide the required compressed air. The LPAC systems provided by the contractor will be installed outdoors, in a marine environment, on a pier next to a carrier and shall provide compressed air to the ship with widely varying air flow rates. The LPAC systems shall be stand-alone, turn-key systems capable of unattended operation.� Period of performance September 25, 2020 to December 25, 2020 Quantity: 3 Unit Price: _____ Unit of Measure: Month Total Price� �������������������������������� � CLIN 0002. OPTION. �Low Pressure Air Compressor (LPAC) Lease FFP Leasing of two (2) LPAC systems. Each system shall be capable of supplying up to 1,500 SCFM of oil-free compressed air at 120 psig, with a dew point no greater than -40 deg. F.� The LPAC systems shall be electrically-powered and include all accessory components necessary to provide the required compressed air. The LPAC systems provided by the contractor will be installed outdoors, in a marine environment, on a pier next to a carrier and shall provide compressed air to the ship with widely varying air flow rates. The LPAC systems shall be stand-alone, turn-key systems capable of unattended operation.� Period of performance December 25, 2020 to January 25, 2021 Quantity: 1 Unit Price: _____ Unit of Measure: Month Total Price� �������������������������������� � CLIN 0003. OPTION. �Low Pressure Air Compressor (LPAC) Lease FFP Leasing of two (2) LPAC systems. Each system shall be capable of supplying up to 1,500 SCFM of oil-free compressed air at 120 psig, with a dew point no greater than -40 deg. F.� The LPAC systems shall be electrically-powered and include all accessory components necessary to provide the required compressed air. The LPAC systems provided by the contractor will be installed outdoors, in a marine environment, on a pier next to a carrier and shall provide compressed air to the ship with widely varying air flow rates. The LPAC systems shall be stand-alone, turn-key systems capable of unattended operation.� Period of performance January 25, 2021 to February 25, 2021 Quantity: 1 Unit Price: _____ Unit of Measure: Month Total Price� �������������������������������� � Total Estimated Proposed Price: ��������������� _____________ A full description of all requirements associated with this contract action are provided in the Performance Work Statement (PWS), incorporated in attached Request for Quote (RFQ). This is firm fixed price (FFP) contract. The resulting contract will be a 5-month contract supporting work to be performed on naval ships. The Estimated Period of Performance is as follows: 9/25/2020-2/25-2021. The location of work is Naval Air Station North Island, San Diego, CA.� FOB: Destination Offerors must be registered in the System for Award Management (SAM) database prior to award of a DOD Contract. A contract cannot be awarded to a contractor not registered in SAM. Remember to review your NAICS codes listed in your SAM record to makes sure you have listed the NAICS code for this procurement. Registration is free and can be completed online at http://www.sam.gov/ � Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via email to nicholas.a.crowell@navy.mil and ianthe.stevens-ford@navy.mil by 12:00 p.m. Pacific Standard Time on 16 September 2020. Any award resulting from this RFP will be made based on the lowest evaluated priced offer that meets the statement of work requirements. All questions concerning this solicitation shall be addressed to nicholas.a.crowell@navy.mil and ianthe.stevens-ford@navy.mil. All requests/inquiries must be emailed and received by 12:00 PM (Pacific) on 14 September 2020. Responses will be posted to fbo.gov. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Proposals are due by 12:00 p.m. Pacific Standard Time on 16 September 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/84dfca9fd90945eabf2f2621048401cf/view)
 
Place of Performance
Address: San Diego, CA 92135, USA
Zip Code: 92135
Country: USA
 
Record
SN05794789-F 20200913/200911230150 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.