J059 - The US Navys Regional Navy Mail Center (RNMC) requires annual preventative maintenance services for 4 Astrophysics x-ray machines.

expired opportunity(Expired)
From: Federal Government(Federal)
N0024422Q0269

Basic Details

started - 22 Sep, 2022 (19 months ago)

Start Date

22 Sep, 2022 (19 months ago)
due - 26 Sep, 2022 (19 months ago)

Due Date

26 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
N0024422Q0269

Identifier

N0024422Q0269
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707436)DEPT OF THE NAVY (156637)NAVSUP (78946)NAVSUP GLOBAL LOGISTICS SUPPORT (14307)NAVSUP FLC SAN DIEGO (1805)NAVSUP FLT LOG CTR SAN DIEGO (1789)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued. This solicitation is being issued under the authority of FAR Part 12 Acquisition of Commercial Products and Commercial Services and FAR Part 13 Simplified Acquisition Procedures. N00244-22-Q-0269 is issued as a Request for Quotations (RFQ). The closing date is Monday, 26 September 2022 at 05:00pm PST. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 effective 10 August 2022. It is the responsibility of the Contractor to be familiar with the applicable clauses and
provisions. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $22.0 M. Information on Small Business Size Standards can be accessed at the following address: https://www.sba.gov/document/support--table-size-standards. This acquisition is being procured as a 100 percent Small Business Set-Aside. Questions regarding this procurement must be submitted through email to the contract specialist at christine.jordan@navy.mil. All questions submitted shall include the solicitation number in the subject line. Other methods of question submittal may not be acknowledged. Brief Requirement Description (for full description, see attached Statement of Work): The US Navys Regional Navy Mail Center (RNMC), San Diego, California has two Astrophysics, Inc. X-Ray machines utilized to assist in screening mail for harmful or suspicious items. FLCSD OTH Site Lemoore and Pt Hueneme each have one Astrophysics, Inc. machine, for a total of four machines. The Government is looking for a contractor to furnish warranty and preventative maintenance services in accordance with the attached statement of work. The Period of Performance is from 01 OCT 2022 to 30 SEP 2023 and payment will be made via Government Purchase Card (GPC). The Government intends to award a Firm Fixed Price (FFP) commercial (SF1449) purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, is the Lowest Price, Technically Acceptable (LPTA) quote. Evaluation Factors: (1) Technically acceptable means that the Contractor provides a quotation that meets or exceeds the requirements found within the Statement of Work in accordance FAR 52.212-1(b)(4). (2) Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. Responsible offerors shall provide pricing for the following Line Items: CLIN 0001 (Qty 2) MAINTENANCE OF X-RAY UNITS, US SILVER 1 YEAR EXTENDED WARRANTY- 100XDV SERIAL : ASTNA 180LMDV22 AND ASTNA 180LMDV23 LOCATION: NATIONAL CITY, CA CLIN 0002 (Qty 1) MAINTENANCE OF X-RAY UNITS, US SILVER 1 YEAR EXTENDED WARRANTY- 100XDV SERIAL : ASTNA 180LMDV19 LOCATION: LEMOORE, CA. CLIN 0003 (Qty 1) MAINTENANCE OF X-RAY UNITS, US SILVER 1 YEAR EXTENDED WARRANTY- 100XDV SERIAL : ASTNA 180LMDV20 LOCATION: PT HUENEME, CA. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. Contractors must complete all Representations and Certifications found in the provisions listed below and have them filled-in and submitted with their quotation or state that they have completed them within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Additional Clauses and Provisions (Attachment 2): **FAR 52.204-24 (included as an attachment for fill in and return) **FAR 52.204-26 (included as an attachment for fill in and return) **FAR52.209-11 (included as an attachment for fill in and return) **FAR 52.212-3 Alt I (included as an attachment for fill in and return) **DFAR 252.204-7016 (included as an attachment for fill in and return) **DFAR 252.204-7017 (included as an attachment for fill in and return)-Not needed if offeror selects does not on -7016 CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management 52.204-13 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Changes-Fixed Price 52.245-1 Government Property 52.245-9 Use and Charges 52.247-34 F.o.b. Destination 52.249-1 Termination for Convenience of the Government (Fixed Price Price) (Short Form) 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 Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.211-7007 Reporting of Government-Furnished Property 252.215-7007 Notice of Intent to Resolicit 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic The following contract terms and conditions are contained within FAR 52.212-5 and are hereby incorporated by reference: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-36 Payment by Third Party CLAUSES INCORPORATED BY FULL-TEXT 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) THE FOLLOWING NAVSUP LOCAL TEXT IS HEREBY MADE PART OF THE STATEMENT OF WORK/PERFORMANCE WORK STATEMENT. NAVSUP FLC San Diego may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Governments AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officers Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP FLC San Diego contract. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.

3985 CUMMINGS ROAD BLDG 116  SAN DIEGO , CA 92136  USALocation

Place Of Performance : 3985 CUMMINGS ROAD BLDG 116 SAN DIEGO , CA 92136 USA

Country : United StatesState : California

Classification

naicsCode 811219
pscCode J059Maintenance, Repair and Rebuilding of Equipment: Electrical and Electronic Equipment Components