This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found in FAR 13 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060420Q4074. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-09 and DFARS Publication Notice 20200831. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 336510 with a standard business size of 1,500 employees.
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government.
A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The NAVSUP Fleet Logistics Center Pearl Harbor request response for the following items:
CLIN 0001 - One (1) Titan Electric 60V Locomotive with rechargeable 12V batteries and 277V Battery Charger, 4 Ton weight capacity. Three (3) transport carts measuring 44âWx 10âL.
CLIN 0002 - One (1) Clayton Electric 80V Locomotive with rechargeable 12V batteries and 277V Battery Charger, 3.5 Ton weight capacity.
Four (4) transport carts measuring 44âWx 12âL.
CLIN 0003 - Transport and installation of Locomotives at Red Hill, Pearl Harbor rail system.
CLIN 0004 - 30 day return period. Includes mechanical and electrical support.
The method of payment will be by Wide Area Work Flow.
Delivery Address:
1942 GAFFNEY ST., BLDG 475
PEARL HARBOR, HI 96860
Delivery is FOB Destination. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
This announcement will close at 1100HST on Monday 21SEP2020. Point of contact is Mark Lowe NAVSUP FLC Pearl Harbor; email;
[email protected]; phone: (808)473-7545.
List of Attachments:
1. SAP Combined Synopsis Solicitation
2. 52.212-3 Alt I, Offeror Representations and Certifications
Submission requirements:
1.
A complete price quote for CLINs 0001, 0002, 0003, and CLIN 0004 above in response to this combined synopsis/solicitation.
2. Completed Attachment 1, FAR 52.212-3 Alt I, Offeror Representations and Certifications. If your annual representations and certifications are current in the System for Award Management (SAM) database, notate None on page 4 in paragraph (b)(2). If not, complete as required.
Technically Acceptable/Unacceptable Ratings: Acceptable Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation.
The following FAR/DFAR provisions and clauses are applicable to this procurement:
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
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 of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Governmentâs Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders â Commercial
Items
52.212-1 Instructions to OfferorsâCommercial Items
52.219-28 Post-Award Small Business Program Rerepresentation - Alternate I
52.222-3 Convict Labor
52.222-19 Child LaborâCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds TransferâSystem for Award Management
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
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service
252.211-7003 Item Unique Identification and Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program--Basic
252.225-7012 Preference for Certain Domestic Commodities
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsâRepresentation. (DEVIATION 2020-O0015)
252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro
Regime (DEVIATION 2020-O0005)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items
252.247-7023 Transportation of Supplies by Sea--Basic
System for Award Management (SAM). Quoters 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********
Bid Protests Not Available