Industrial Exhaust Blower Rental Kittery ME
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 (Updated)
- Updated Published Date: Mar 10, 2022 08:32 am EST
- Original Published Date: Mar 10, 2022 08:29 am EST
- Updated Date Offers Due: Mar 18, 2022 05:00 pm EDT
- Original Date Offers Due: Mar 18, 2022 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 02, 2022
- Original Inactive Date: Apr 02, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- 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: Kittery , ME 03904USA
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 SAM.gov.
The Request for Quotation (RFQ) number is N3904022RCPSE2221. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and DFARS Change Notice 20220228. 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. The small business size standard for NAICS Code 532490 is $35 Million. This procurement is being solicited as Full and Open Competition.
Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: sharon.e.hall.civ@us.navy.mil
The Portsmouth Naval Shipyard requests responses from sources capable of providing the rental of four (4) exhaust blowers, in accordance with the following:
The Contractor shall provide the following:
CLIN 0001: 52 Weeks Rental of four (4) Exhaust Blowers in accordance with attached Statement of Work
Period of Performance 04/14/2022-04/03/2023
CLIN 0002: 1 Job All Associated Freight Charges
CLIN 1001: 34 Weeks Extension of Rental CLIN 0001
Period of Performance 04/14/2023-12/07/2023
See attached RFQ for details
- Place of performance: Portsmouth Naval Shipyard (PNS), Kittery, ME
- Award will be made based on the lowest price, technically acceptable offeror with ability to meet the required delivery date
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:
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-H018 Approval By The Government (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-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018)
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-W001 Partial Deliveries (Navsea) (Oct 2018)
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)
M-215-H004 Basis Of Award (Navsea) (Dec 2018)
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 Safeguard of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6, Protecting the Government's Interest When Subcontracting
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 Item
52.212-3 and its ALT I, 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
52.216-1 Type of Contract: Firm Fixed Price
52.217-9, Option to Extend the Term of the Contract
52.219-1, Small Business Program Representation
52.219-28, Post Award Small Business 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
52.222-50, Combating Trafficking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-11, Ozone-Depleting Substances
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting
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
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.242-15, Stop-Work Order
52.242-17, Government Delay of Work
52.247-34, F.o.b. Destination
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms
Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7003, Agency Office of the Inspector General
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A, System for Award Management
DFARS 252.204-7006, Billing Instructions
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident
Information
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7013, Duty-Free Entry
DFARS 252.225-7031, Secondary Arab Boycott of Israel
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government intends to 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.
The award decision may be made based on the length of time required to provide the required equipment. Please provide your best and fastest schedule. Please confirm availability for the requested start date or 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.
*Should the government determined it is in its best interest not to make an award it reserves the right to not make an award
This announcement will close on Friday, 18 March 2022, 5:00 PM EST. Contact Sharon Hall by email sharon.e.hall.civ@us.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 ********
Attachments/Links
Contact Information
Contracting Office Address
- PORTSMOUTH NH 03801-5000
- PORTSMOUTH , NH 03801-5000
- USA
Primary Point of Contact
- Sharon Hall
- sharon.e.hall.civ@us.navy.mil
Secondary Point of Contact
History
- Apr 02, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 10, 2022 11:55 pm ESTSources Sought (Original)
- Mar 10, 2022 08:29 am ESTCombined Synopsis/Solicitation (Original)