Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.
This requirement is sole sourced to Canberra/Mirion due to the need for compatibility with existing Canberra equipment.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
0001: 2250-LS-EX2 FASTSCAN (Quantity of 1 each)
0002: S736C Apex-InVivo Plug in for IMBA (Quantity of 1 each)
0003: S534C Abacos-2000 Whole Body Counting Software (Quantity of 1 each)
0004: 7085492 Dell Optiplex Computer (Quantity of 1 each)
0005: 7085512 Laserjet Printer (Quantity of 1 each)
0006: 7085695 5 Port Network Switch (Quantity of 1 each)
0007: 7089341 APC Smart UPS Model SUA 1000XL (Quantity of 1 each)
0008: 95200024 SUA24XLBP Battery (Quantity of 10 each)
0009: Installation and Familiarization (Quantity of 4 each)
0010: On-Site Support Contact (Quantity of 1 each)
0011: Shipping and Handling (Quantity of 1 each)
FAR CLAUSES AND PROVISIONS
52.202-1, Definitions
52.203-3, Gratuities
52.204-7, System for Award Maintenance
52.204-13, SAM Maintenance
52.209-5, Certification Regarding Responsibility Matters
52.211-6, Brand Name or Equal
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.212-1, Instructions to Offerors - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items
52.232-18, Availability of Funds
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.O.B-Destination
52.252-2 Clauses Incorporated by Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 Restrictions on Subcontractor sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.
DFARS CLAUSES AND PROVISIONS
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
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.211-7003 Item Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001, Buy American Act & Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7012, Preference for Certain Commodities
252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program
252.225-7031 Secondary Arab Boycott of Israel
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies By Sea
DLAD CLAUSES AND PROVISIONS
52.211-9000 Government Surplus Material
52.211-9011 Delivery Terms and Evaluation
52.211-9014 Contractor Retention of Traceability Documentation
52.211-9020 Time of Delivery-Accelerated Delivery
52.211-9023 Substitution of Item After Award
52.215-9023, Reverse Auction
52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution
52.246-9039 Removal of Government Identification from Non Accepted Supplies
52.247-9012, Requirements for Treatment of Wood Packaging Material
LOCAL CLAUSES:
YM3 A1: Additional Information
YM3 C500: Mercury Control (Supplies)
YM3 C528: Specification Changes
YM3 D2: Marking of Shipments
YM3 D4: Preparation for Delivery (Commercially Packaged Items)
YM3 D8: Prohibited Packing Materials
YM3 E2: Inspection and Acceptance (Destination)
YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard
If you need a copy of these clauses, please contact Rachel McCluskey at [email protected]
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.
This announcement will close at 12:00PM EST on Thursday, August 30, 2018. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email [email protected]. All responsible sources may submit a quote which shall be considered by the agency.
52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.
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 online at http://www.sam.gov/.
If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided.
Please submit bids via fax at: 207-438-1251, via email at [email protected] or through the mail to:
Rachel McCluskey Code 503.RM
Bldg 153, 6th Floor
Portsmouth Naval Shipyard
Kittery, Maine 03904
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.