Federal Bid

Last Updated on 16 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

OP4 Diesel Generator

Solicitation ID N3904019P0211
Posted Date 29 Mar 2019 at 6 PM
Archive Date 16 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Portsmouth Rhode island United states
A trailer mounted Diesel-Powered Portable Generator with a, built-in, fuel tank to be located near Dry Dock #2 at Portsmouth Naval Shipyard (PNS). The built-in fuel tank shall have its own containment (i.e. UL 142 Double Wall Tank Assembly). The generator shall be capable of running, without being refueled, for a minimum of twelve (12) hours in duration at a minimum of 830 kW (910 kVA) PRIME power. STANDBY power shall be a minimum of 1000 kW (1250 kVA). It shall be capable of being refueled while in operation.
o For pricing purposes, the generator should be assumed to be secured unless of a loss of power, or the threat of a loss of power.
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:

 

52.203-3, Gratuities

52.203-6, Restrictions on Subcontractor Sales to the Government

52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.203-12, Limitation on Payments to Influence Certain Federal Transactions

52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of

Whistleblower Rights

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

52.204-2, Security Requirements

52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

52.204-7, System for Award Management

52.204-8, Annual Representations and Certifications

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

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

52.209-6, Protecting the Government's Interest When Subcontracting

52.209-7, Information Regarding Responsibility Matters

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;

52.212-2, Evaluation - Commercial Item

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

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, 15 days with 30 day notification

52.222-3, Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-35, Equal Opportunity for Veterans

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-37, Employment Reports on Veterans

52.222-40, Notification of Employee Rights Under the National Labor Relations Act

52.222-50, Combating Trafficking in Persons

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-11, Ozone-Depleting Substances

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

52.225-13, Restriction on Foreign Purchases

52.225-25, Prohibition on Contracting

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

52.232-36, Payment by Third Party

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

52.244-6, Subcontracts for Commercial Items

52.242-17, Government Delay of Work

52.245-1, Government Property

52.245-9, Use and Charges

52.247-34, F.o.b. Destination

52.252-2, Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.253-1, Computer Generated Forms

 

Offerors shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall

be incorporated by reference in the order. Additional contract terms and conditions applicable to this

procurement are:

 

DFARS 252.201-7000, Contracting Officer's Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7003, Agency Office of the Inspector General

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7004 Alt A, System for Award Management

DFARS 252.204-7006, Billing Instructions

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

Information

DFARS 252.204-7011, Alternative Line Item Structure

DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.211-7007, Reporting of Government-Furnished Property

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.243-7002, Requests for Equitable Adjustment

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property

DFARS 252.245-7002, Reporting Loss of Government Property

DFARS 252.245-7003, Contractor Property Management System Administration

DFARS 252.245-7004, Reporting, Reutilization, and Disposal

DFARS 252.247-7023, Transportation of Supplies by Sea

DFARS 252.247-7024, Notification of Transportation of Supplies by Sea

 

This announcement will close at 11:00 AM EST local time on 22 March 2019. Contact Michael McCluskey who can be reached by email at [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

•· Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule).

Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

 

Technical Evaluation Ratings

Rating:

Description:

Acceptable

Submission clearly meets the minimum requirements of the solicitation

Unacceptable

Submission does not clearly meet the minimum requirements of the solicitation

 

If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.

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/.

METHOD OF PROPOSAL SUBMISSION:

All quotes must be sent via email to: [email protected]

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).


Bid Protests Not Available

Similar Past Bids

Point Texas 23 Oct 2017 at 2 PM
Portsmouth Rhode island 30 May 2019 at 7 PM
Portsmouth Rhode island 15 Mar 2019 at 5 PM
Point Texas 20 Nov 2017 at 4 PM
Kittery Maine 15 Jul 2020 at 5 PM

Similar Opportunities

New cumberland Pennsylvania 15 Jan 2026 at 5 AM (estimated)
Kirtland air force base New mexico 22 Nov 2028 at 7 PM
Kirtland air force base New mexico 22 Nov 2028 at 7 PM
Kirtland air force base New mexico 22 Nov 2028 at 7 PM
Kirtland air force base New mexico 22 Nov 2028 at 7 PM