Federal Bid

Last Updated on 29 Sep 2016 at 8 AM
Combined Synopsis/Solicitation
Point Texas

ENCON EVAPORATOR

Solicitation ID N39040-16-P-0277
Posted Date 14 Sep 2016 at 10 AM
Archive Date 29 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Point Texas United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number for this procurement is N39040-16-T-0277 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20160811.

The North American Industry Classification System (NAICS) is 333318. Small Business Size Standard is 1000 Employees.

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.  Send to: [email protected] 

The contractor shall provide the following item(s):

One (1) Evaporator

(See attached specifications document)

 

THIS IS A SOLE SOURCE to ENCON Evaporators (see Attached Sole Source Justification).

Delivery:

FOB Destination to Portsmouth Naval Shipyard - Detachment at POINT LOMA, San Diego, CA

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:

52.204-7, System for Award Management (July 2013)

52.204-13, SAM Maintenance (July 2013)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)

52.212-1, Instructions to Offerors - Commercial Items

52.212-2, Evaluation - Commercial Item (Jan 1999)

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- Commercial Items

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)

52.217-8, Option to Extend Services

52.219-28, Post Award Small Business Representation

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, Affirmative Action for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-18, Contractor Policy to Ban Text Messaging while Driving

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012)

52.225-13, Restriction on Foreign Purchases

52.232-33, Payment by Electronic Funds Transfer - CCR

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.252-2, Clauses Incorporated by Reference

52.222-41, Service Contract Act of 1965

52.222-42, Statement of Equivalent Rates

Offerors shall include a completed copy of 52.212-3 and it's 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 (Sep 2013)

DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015)

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015)

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7011,      Alternative Line Item Structure (Sept 2011)

DFARS 252.203-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014)

DFARS 252.225-7048, Export Controlled Items (Jun 2013)

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006,      Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010,      Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)

DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)

This announcement will close at 2:00 PM ET on Thursday, 09/01/2016. Contact Christina Allaire at 207-438-2189 or email [email protected]. Oral communications are not acceptable in response to this notice.

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. Quotes will be evaluated based on the following criteria:

- Technical Acceptability

- Price

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 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 ********

Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 20 Feb 2018 at 8 PM
Norfolk Massachusetts 06 Aug 2012 at 12 PM
Kings bay Georgia 13 Aug 2020 at 1 PM
Norfolk Virginia 24 May 2011 at 8 PM
Texas 26 Oct 2022 at 5 AM

Similar Opportunities

Oklahoma 10 Jul 2025 at 4 AM (estimated)
Oklahoma 10 Jul 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Oklahoma city Oklahoma 16 Jul 2025 at 4 AM