Federal Bid

Last Updated on 30 Jul 2020 at 1 AM
Combined Synopsis/Solicitation
Kittery Maine

CS744 Carbon Sulfur Analyzer/ RC612 Multi-Carbon Determinator

Solicitation ID N3904020Q0212
Posted Date 30 Jul 2020 at 1 AM
Archive Date 15 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Portsmouth Naval Shipyard Gf
Agency Department Of Defense
Location Kittery Maine United states 03904

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 Beta.SAM.gov. The Request for Quotation (RFQ) number is N3904020Q0212. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Change Notice 2020-0605. 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   http://www.acq.osd.mil/dpap/dars/change_notices.html.

The NAICS code is 334516 and the Small Business Standard is 1,000 Employees. This is a Sole Source solicitation.

This requirement is Sole Sourced to the LECO Corporation based on the fact that the parts and equipment are proprietary.

To be provided in accordance with the below, and the attached Request for Quote and Statement of Work.

0001       Annual preventative maintenance on CS744 Carbon Sulfur Analyzer (S/N: 16935) equipment to include 1 annual preventative maintenance visit covering routine parts, labor, and travel to perform checks of all electrical connections, setting of proper voltages, inspection of all plumbing, cleaning of the flow path, changing reagents, and other related maintenance services and to calibrate equipment to LECO and/or NIST standards as applicable. 08/15/2020-08/14/2021.

0002       Annual preventative maintenance on RC612 Multi-carbon Determinator (S/N: 16694) equipment to include 1 annual preventative maintenance visit covering routine parts, labor, and travel to perform checks of all electrical connections, setting of proper voltages, inspection of all plumbing, cleaning of the flow path, changing reagents, and other related maintenance services and to calibrate equipment to LECO and/or NIST standards as applicable. 08/15/2020-08/14/2021.

1001       Option to Extend CLIN 0001, Period of One Year, 08/15/2021-08/14/2022.

1002       Option to Extend CLIN 0002, Period of One Year, 08/15/2021-08/14/2022.

2001       Option to Extend CLIN 0001, Period of One Year, 08/15/2022-08/14/2023.

2002       Option to Extend CLIN 0002, Period of One Year, 08/15/2022-08/14/2023.

3001       Option to Extend CLIN 0001, Period of One Year, 08/15/2023-08/14/2024.

3002       Option to Extend CLIN 0002, Period of One Year, 08/15/2023-08/14/2024.

•              Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.

•              Period of Performance: 08/15/2020-08/14/2024.

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 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

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

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

52.209-6        Protecting the Government's Interest When Subcontracting With Contractors Debarred

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

52.212-3 Alt 1      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- Commercial Items

52.216-1        Type of Contract: Firm Fixed Price

52.217-5        Evaluation of Options

52.217-9        Option to Extend the Term of the Contract

52.219-1 Alt         Small Business Program Representations

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

52.222-50 Combating Trafficking in Persons

52.223-11      Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.

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

52.223-22      Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.

52.225-13      Restrictions on Certain Foreign Purchases

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

52.232-18     Availability of Funds

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

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

52.247-34      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

C-202-H001 ADDITIONAL DEFINITIONS—BASIC (NAVSEA)

C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES

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

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

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

C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)

D-211-H004 IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA)

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

D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA)

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

F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD

G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)

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

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: 

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

252.204-7005     Oral Attestation of Security Responsibilities

252.204-7006     Billing Instructions

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

252.213-7000     Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System

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

252.223-7008     Prohibition of Hexavalent Chromium

252.225-7002       Qualifying Country Sources as Subcontractors

252.225-7048     Export-Controlled Items

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

252.237-7010     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

This announcement will close at 03:00 PM ET local time on 31 July 2020. Contact Victoria MacLellan who can be reached by email [email protected]

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.

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

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Dec 2011 at 5 PM
Robins air force base Georgia 20 Jun 2006 at 4 AM
Robins air force base Georgia 11 May 2007 at 4 AM
Robins air force base Georgia 11 May 2007 at 4 AM

Similar Opportunities

Washington District of columbia 30 Sep 2025 at 4 AM (estimated)
Washington District of columbia 30 Sep 2025 at 4 AM (estimated)
Gaithersburg Maryland 09 Jul 2025 at 6 PM