This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 Request for Quotation (RFQ) N55236-14-Q-0042 is issued as a total small business set-aside. The applicable North American Industry Classification System (NAICS) code is 532490 "Other Commercial Machinery and Equipment Industrial Rental and Leasing." This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 (Effective on 30 Jan 2014).
DESCRIPTION: The Southwest Regional Maintenance Center (SWRMC) has a requirement for
CLIN 0001 - Provide rental of One (1) each, High Pressure Air Compressor (HPAC); 4500 PSIG; (One) each Low Pressure Air Compressor (LPAC); 200 CFM, 125 PSIG and twenty-five (25) Feet, Ground cable with lugs on each end. The period of performance will be for one (27) days. Refer to Attachment (1) for the entire statement of work. This requirement will be firm fixed price. The period of performance is 02 MAY 2014 - 27 MAY 2014.
PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.
DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
52.212-2 Evaluation -- Commercial Items (Jan 1999):
(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
•(i) Technical capability of the item quoted to meet the Government requirement
•(ii) Price
Technical capability will be evaluated on a pass/fail basis. A quote that is considered technically unacceptable shall be ineligible for award. The lowest priced quote that is determined to be technically acceptable shall be selected for award.
(b) Options (not applicable).
(c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt unless a written notice of withdrawal is received before award.
(d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price quote shall state the unit price and total price of the item required, inclusive of shipping to the destination listed above.
APPLICABLE PROVISIONS AND CLAUSES:
Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make a quoter ineligible for award.
The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the quote submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Quoters who have completed SAM should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office.
The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively.
The following provisions and clauses apply to this acquisition and are incorporated by reference:
The following clauses incorporated in 52.212-5 are also applicable:
•· 52.222-3 Convict Labor (Jun 2003)
•· 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014)
•· 52.222-21 Prohibition of Segregated Facilities (Feb 1999)
•· 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
•· 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
•· 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)
The following clauses apply to this acquisition and will be incorporated by full text in contract:
•a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract.
•b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.
The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof.
WARRANTY: The offerors commercial warranty shall apply and shall be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures.
DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Angela Encarnacion, email: [email protected], and to LT Calvin Dillard, email: [email protected] no later than 18 April 2014 at 1100 PST to allow adequate time to prepare a response.
All quotes, together with the quoter's signed amendment(s), if applicable, shall be submitted to the following address:
Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Angela Encarnacion, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025, or e-mailed to: Sharon M. Young, email: [email protected] and to LT Calvin Dillard, email: [email protected]
Quoters shall ensure quotes, and signed amendment(s) reach their destination by 22 April 2014 at 09:00 PST. No facsimile quotes or quotes submitted through the Federal Business Opportunities Online Web site will be accepted. All quotes must be clearly marked with RFQ No. N55236-14-Q-0042. No telephone calls of quotes will be accepted. Potential quoters shall monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.
SWRMC Primary POC: Angela Encarnacion, email: [email protected], phone 619-556-5673. Alternate POC: LT Calvin Dillard, email: [email protected], phone 619-556-0719.