Skip to main content

An official website of the United States government

You have 2 new alerts

High Pressure Air Compressor Rentals

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: May 03, 2022 03:40 pm EDT
  • Original Date Offers Due: May 05, 2022 02:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 06, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W041 - LEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Portsmouth , VA 23709
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 WILL be posted to SAM at https:// sam.gov/.

The RFQ number is N4215822QS042. This solicitation documents and incorporates provisions and clauses in effect though FAC 2022-04 Effective January 30, 2022 and the DFARS Change notice 202200318. 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:

FAR Clauses: https://www.acquisition.gov/

DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

The NAICS Code is 532490 and the small business standard is $35M.

The Norfolk Naval Shipyard (NNSY) requests responses from qualified small business sources capable of providing the services that are identified in the attached Statement of Work (SOW).  The Government intends to solicit and award on a Small Business Set-Aside in accordance with FAR Part 19.

The Submarine and Availability Support Division, C451, Norfolk Naval Shipyard (NNSY), Portsmouth, VA intends to negotiate a Firm Fixed-Price contract on the following item(s): Line Item 0001 – Rental of Two (2 ea) High Pressure Air Compressors (See Attached Statement of Work for Specifications And Technical Capabilities Statement) for Norfolk Naval Shipyard, Norfolk, VA.

Period of Performance (POP): 5/9/2022 – 11/8/2022

Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.  

System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/.

To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, payment terms, and completed Technical Capabilities Statement. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Vendors shall provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Email quotes to christin.m.rogers2.civ@us.navy.mil. In accordance with FAR 5.203(a)(1), due to unusual and compelling urgency, a shorter period for issuance of the solicitation has been established.  Responses to this solicitation are due by May 5, 2022, 2:30 P.M. EST.  

Quotes shall be valid for sixty (60) days (at minimum).

The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):

52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017

52.204-2 Security Requirements AUG 1996

52.204-7 System for Award Management OCT 2018

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-13 System for Award Management Maintenance OCT 2018

52.204-16 Commercial and Government Entity Code Reporting AUG 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-22 Alternative Line Item Proposal JAN 2017

52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.212-1 Instructions to Offerors--Commercial Items JUN 2020

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.219-28 Post-Award Small Business Program Representation NOV 2020

52.222-3 Convict Labor JUN 2003

52.222-21 Prohibition Of Segregated Facilities APR 2015

52.222-26 Equal Opportunity SEP 2016

52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020

52.222-41 Service Contract Labor Standards AUG 2018

52.222-50 Combating Trafficking in Persons OCT 2020

52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020

52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008

52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013

52.237-1 Site Visit APR 1984

52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984

52.245-1 Government Property JAN 2017

52.245-9 Use And Charges APR 2012

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021

252.211-7007 Reporting of Government-Furnished Property AUG 2012

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014

252.225-7048 Export-Controlled Items JUN 2013

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013

252.237-7024 Notice of Continuation of Essential Contractor Services. OCT 2010

252.244-7000 Subcontracts for Commercial Items JAN 2021

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012

252.245-7002 Reporting Loss of Government Property JAN 2021

252.245-7003 Contractor Property Management System Administration APR 2012

252.245-7004 Reporting, Reutilization, and Disposal DEC 2017

252.246-7003 Notification of Potential Safety Issues JUN 2013

252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations OCT 2010

Contact Information

Contracting Office Address

  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 06, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)