Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

W -- Heat Exchanger Rental

Notice Date
1/13/2021 6:22:18 AM
 
Notice Type
Solicitation
 
NAICS
53249 —
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904021Q0103
 
Response Due
1/21/2021 3:00:00 PM
 
Archive Date
02/05/2021
 
Point of Contact
Michael D.Carleton, Phone: 2074382940, Fax: 2074384913, Christopher W. Dooley, Phone: 2079940374
 
E-Mail Address
michael.d.carleton@navy.mil, Christopher.w.Dooley@navy.mil
(michael.d.carleton@navy.mil, Christopher.w.Dooley@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 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 FEDBIZOPPS. The Request for Quotation (RFQ) number is N3904021Q0103. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-02 and DFARS Change Notice 2020-0929. 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 https://www.acq.osd.mil/dpap/dars/change_notices.html The NAICS code is 532490 and the Small Business Standard is $32.5 million. This is a 100% Small Business Set-Aside solicitation. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: michael.d.carleton@navy.mil The Portsmouth Naval Shipyard requests responses from sources capable of providing a lease for a HEAT�EXCHANGER SYSTEM, in accordance with the following: The contractor shall provide the following supplies: CLIN 0001: 11 Weeks for rental of one (1) HEAT�EXCHANGER per statement of work. ( SEE ATTACHED STATEMENT of WORK ) Period of Performance: 2/4/2021 to 4/20/2021 Option 1: If needed; 4/21/2021 to 5/19/2021 Option 2: If needed; 5/20/2021 to 6/17/2021� See Attached RFQ for details. � Place of Performance: Kittery, Maine� � Award will be made based on lowest price, technically acceptable. Please include payment terms and the primary point of contact in the quotation. 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 provision and clauses are applicable to this procurement: B-231-H002 Worksite Travel Costs (Navsea) (Oct 2018) C-202-H001 Additional Definitions�Basic (Navsea) (Oct 2018) C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea)(Oct 2018) C-211-H001 Access To The Vessel(S) (Navsea) (Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-222-H001 Access To The Vessels By Non-U.S. Citizens (Navsea) (Apr 2019) C-223-H002 Safety, Health And Fire Requirements For Ship Repair (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-N001 Radiological Indoctrination, Postings And Instructions (Navsea) (Oct 2018) C-223-W002 On-Site Safety Requirements (Navsea) (Oct 2018) C-228-H001 Indemnification For Access To Vessel (Navsea) (Dec 2018) C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Navsea) (Oct 2018) C-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018) C-237-W001 Electronic Cost Reporting And Financial Tracking (Ecraft) System Reporting (Navsea) (May 2019) C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018) D-211-H002 Marking Of Reports (Navsea) (Oct 2018) D-247-H004 Marking And Packing List-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-211-H021 Delivery Or Performance (Navsea) (Mar 2019) F-211-W001 Partial Deliveries (Navsea) (Oct 2018) F-247-H004 Restrictions For Shipping To Military Air Or Water Port/Terminal (Navsea) (Oct 2018) F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (Navsea) (Mar 2019) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018) G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018) G-242-W001 Contract Administration Functions (Navsea) (Oct 2018) H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) L-219-H001 Submission Of Small Business Subcontracting Plan (Navsea) (Jan 2019) M-215-H004 Basis Of Award (Navsea) (Dec 2018) 52.204-7, System For Award Management (Oct 2016) 52.204- 13, System For Award Management Maintenance (Oct 2018) 52.204-10 Reporting Executive Compensation And First-Tier Subcontract Awards (Oct 2018) 52.204-13 System For Award Management Maintenance (Oct 2018) 52.204-18 Commercial And Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation By Reference Of Representation And Certifications (Dec 2014) 52.204-2 Security Requirements (Aug 1996) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (Jun 2016) 52.217-9 Option to Extend the Term of the Contract Clause 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (Oct 2015) 52.211-15 Defense Priority And Allocation Requirements (APR 2008) 52.212-2, Evaluation - Commercial Item (Oct 2014) ** This Award Will Be Made To The Lowest Price, Technically Acceptable Offer ** 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 (May 2019) 52.213-3 Notice To Supplier (APR 1984) 52.217-8 Option to Extend Services (Nov 1999) 52.219-28 Post Award Small Business Program Rerepresentation (July 2013) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-3 Convict Labor (June 2003) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-18 Availability of Funds (Apr 1984) 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) 52.233-1 Disputes (MAY 2014) 52.237-2 Protection of Government Buildings, Equipment, and Vegitation (APR 1984) 52.242-15 Stop-Work Order (AUG 1989) 52.242-17 Government Delay Of Work (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-6 Authorized Deviations In Clauses (Apr 1984) 52.253-1 Computer Generated Forms (JAN 1991) 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: DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements DFARS 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (SEP 2013) DFARS 252.203-7003 Agency Office Of The Inspector General (DEC 2012) DFARS 252.204-7000 Disclosure Of Information (OCT 2016) DFARS 252.204-7003 Control Of Government Personnel Work Product (APR 1992) DFARS 252.204-7006 Billing Instructions (OCT 2005) DFARS 252.204-7009 Limitations On The Use Or Disclosure Of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information And Cuber Incident Reporting (OCT 2016) DFARS 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (MAY 2016) DFARS 252.223-7008 Prohibition Of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048 Export-Controlled Items (JUN 2013) DFARS 252.231-7000 Supplemental Cost Principles (DEC 1991) DFARS 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies On Contract Payments (DEC 2006) DFARS 252.237-7010 Prohibition In Interrogationh Of Detainees By Contractor Personnel (JUN 2013) DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991) DFARS 252.243-7002 Requests For Equitable Adjustment (DEC 2012) DFARS 252.244-7000 Subcontracts For Commercial Items (JUN 2013) DFARS 252.247-7023 Transportation Of Supplies By Sea (FEB 2019) This announcement will close on FRIDAY,�21 JANUARY 2021 at 18:00 EST. Contact Michael D. Carleton at (207) 438-2940 or email michael.d.carleton@navy.mil.� Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to get the 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 and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. 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/6ac91c4c2fbd4aefa0981ecb49da5e66/view)
 
Place of Performance
Address: Kittery, ME, USA
Country: USA
 
Record
SN05891206-F 20210115/210113230105 (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  © 1994-2020, Loren Data Corp.