Connecticut Bids > Bid Detail

LPAC ERATA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159648643840208
Posted Date: May 17, 2023
Due Date: May 19, 2023
Solicitation No: N3904023PSE2600
Source: https://sam.gov/opp/0a45f746a2...
Follow
LPAC ERATA
Active
Contract Opportunity
Notice ID
N3904023PSE2600
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 17, 2023 12:19 pm EDT
  • Original Date Offers Due: May 19, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W043 - LEASE OR RENTAL OF EQUIPMENT- PUMPS AND COMPRESSORS
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Groton , CT 06340
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, 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 sam.gov. The RFQ number is N3904023PSE2600. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-03 and DFARS Change Notice 2023-0427. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.





The NAICS code is 532490 and the Small Business Standard is $40 Million. This is a total small business set-side. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:





Portsmouth Naval Shipyard (PNSY) is seeking to lease one electric powered Low Pressure Air Compressor (LPAC) system at Groton, CT in accordance with the attached Statement of Work.





Period of Performance is 5/30/2023 to 7/25/2023 for eight (8) weeks. An option period of one (1) additional week over a Period of Performance of 7/26/2023 to 08/01/2023 may be exercised.





Attachment Table of Contents




  • N3904023PSE2600 RFQ

  • Statement of Work



CLAUSES





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, (https://www.acquisition.gov/browse/index/far), 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 Lab and Other Covered Entities



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-1 Qualification Requirements FEB 1995



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



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



52.212-2 Evaluation--Commercial Items



52.212-3 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



52.217-5 Evaluation of Options



52.219-1 Small Business Program Representations



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns



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



52.222-41 Service Contract Labor Standards



52.222-42 Statement Of Equivalent Rates For Federal Hires



52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts)



52.222-50 Combating Trafficking in Persons



52.222-55 Minimum Wages Under Executive Order 13658



52.222-62 Paid Sick Leave Under Executive Order 13706



52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving



52.223-5 Pollution Prevention and Right-to-Know Information



52.225-13 Restrictions on Certain Foreign Purchases



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions



52.232-33 Payment by Electronic Funds Transfer--System for Award Management



52.232-36 Payment by Third Party



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.233-1 Disputes MAY 2014



52.233-3 Protest After Award



52.233-4 Applicable Law for Breach of Contract Claim



52.237-2 Protection Of Government Buildings, Equipment, And Vegetation



52.242-15 Stop-Work Order



52.242-17 Government Delay of Work



52.243-1 ALT I Changes—Fixed Price--Alternate I APR 1984



52.246-4 Inspection of Services-Fixed-Price



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







52.217-9 Option to Extend the Term of the Contract (Mar 2000)



(a) The Government may extend the term of this contract by written notice to the Contractor within three (3) days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least seven (7) days before the contract expires. The preliminary notice does not commit the Government to an extension.





(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.





(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed nine (9) weeks.







The local clauses can be sent upon request.





C-202-H001 ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018)



C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)



C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)



C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)



C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)



C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)



C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)



D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)



E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)



G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)



G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 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)



H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)





Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional DFARS, (https://www.acq.osd.mil/DPAP/dars/dfarspgi/current/index.html) 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



252.204-7008 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



P 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.



P 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.



252.223-7008 Prohibition of Hexavalent Chromium



P 252.225-7031 Secondary Arab Boycott of Israel



252.225-7048 Export-Controlled Items



252.231-7000 Supplemental Cost Principles



252.232-7010 Levies on Contract Payments



252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration



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





Billing (G):



252.204-7006 Billing Instructions



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7006 Wide Area WorkFlow Payment Instructions





*END CLAUSES*





This announcement will close at 02:00 PM ET local time on 19 May 2023. Contact Alyssa Cress who can be reached by email alyssa.a.cress.civ@us.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.





52.212-2, Evaluation - Commercial Items is applicable to this procurement.





The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:





- Technical Acceptability (Must meet specifications and document capabilities)



- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)



- Price (Lowest Price Technically Acceptable, after adherence to other factors)





Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.





Technical:





Please provide documentation demonstrating your capabilities in fulfilling the SOW.





Technical Evaluation Ratings



Rating



Description



Acceptable



Submission clearly meets the minimum requirements of the solicitation



Unacceptable



Submission does not clearly meet the minimum requirements of the solicitation





If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.





Schedule:



Please provide your best and fastest schedule. Award may be made to the vendor who can accomplish the maintenance in the shortest amount of time. Please confirm availability for both possible start dates and earliest available start if your company is unavailable for the requested period.





Price:



The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.





Past Performance:



PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.





******* End of Combined Synopsis/Solicitation ********


Attachments/Links
Attachments
Document File Size Access Updated Date
N3904023PSE2600 RFQ.doc (opens in new window)
117 KB
Public
May 17, 2023
Statement of Work.doc (opens in new window)
79 KB
Public
May 17, 2023
file uploads

Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 17, 2023 12:19 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >