Rental of Modified 40' Conex Box, Groton, CT

expired opportunity(Expired)
From: Federal Government(Federal)
N3904019Q0074

Basic Details

started - 11 Dec, 2018 (about 5 years ago)

Start Date

11 Dec, 2018 (about 5 years ago)
due - 11 Dec, 2018 (about 5 years ago)

Due Date

11 Dec, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N3904019Q0074

Identifier

N3904019Q0074
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (710286)DEPT OF THE NAVY (157179)NAVSEA (28171)NAVSEA SHIPYARD (4864)PORTSMOUTH NAVAL SHIPYARD GF (1441)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://www.fbo.gov). The Request For Quote (RFQ) number is N3904019Q0074. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 20181031. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
rel="no-follow" href="http://farsite.hill.af.mil/," target="_blank">http://farsite.hill.af.mil/, http://farsite.hill.af.mil/vmdfara.htm and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490 and the Small Business Standard is $32.5 million dollars.The proposed contract is 100% set aside for Small Business concerns. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Modified 40' Conex Box/Office Combo. Period of performance: Delivery on January 9, 2019; rental 01/09/2019 - 08/19/2019; Options to extend until 10/18/2019.Base CLIN 0001: Rental of modified 40' combination Conex Box/ Office in accordance with Statement of Work, provided as an Attachment to this solicitation.CLIN 0002: Delivery of equipment, identified as CLIN 0001, (one-time charge)CLIN 0003: Pick-up of equipment, identified as CLIN 0001 (one--time charge).Option CLIN 1001: exercisable extensions of CLIN 0001Option CLIN 2001: exercisable extensions of CLIN 0001.Projected Periods Of Performance (POP):BASE YEAR: 1/9/2019 to 8/19/2019OPTION ONE: 8/20/2019 to 9/18/2019OPTION TWO: 9/19/2019 to 10/18/2019The following FAR provisions and clauses are applicable to this procurement:52.212-1, Instructions to Offerors - Commercial Items;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 including:52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Representation52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10, Prohibition on Contracting with Inverted Domestic Corporations52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor - Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers w/Disabilities52.222-50, Combating Trafficking in Persons52.223-11, Ozone Depleting Substances52.223-18, Contractor Policy to Ban Text Messaging while Driving52.225-13, Restriction on Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - System for Award Management52.232-39, Providing Accelerated Payments to Small Business Subcontractors52.232-40, Unenforceability of Unauthorized Obligations52.233-3, Protest After Award52.233-4, Applicable Law for Breach of Contract Claim52.204-2, Security Requirements52.204-7, System For Award Management52.204-13, System For Award Management Maintenance52.204-19, Incorporation by Reference of Representations and Certifications52.204-21, Basic Safeguarding of Covered Contractor Information Systems52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use52.211-15, Defense Priority and Allocation Requirements52.217-9, Option to Extend the Term of the Contract52.222-22, Previous Contracts and Compliance Reports52.225-13, Restriction on Foreign Purchases52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification52.232-36, Payment by Third Party52.232-33, Payment by Electronic Funds Transfer - System for Award Management52.232-39, Providing Accelerated Payments to Small Business Subcontractors52.232-40, Unenforceability of Unauthorized Obligations52.242-15, Stop-Work Order52.242-17, Government Delay of Work52.247-34, F. O. B. Destination52.252-1, Solicitation Provisions Incorporated by Reference52.252-2, Clauses Incorporated by Reference52.252-5, Authorized Deviations in Provisions52.252-6, Authorized Deviations in Clauses52.253-1, Computer Generated FormsDFARS Clauses:252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7003, Control of Government Personnel Work Product252.204-7004, Alternate A, System For Award Management252.204-7012, Safeguarding of Unclassified Controlled Technical Information252.204-7015, Disclosure of Information to Litigation Support Contractors252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors252.223-7008, Prohibition of Hexavalent Chromium252.225-7048, Export Controlled Items252.232-7006, Wide Area Workflow Payment Instructions252.232-7010, Levies on Contract Payments252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel252.244-7000, Subcontracts for Commercial Items252.247-7023, Transportation of Supplies by Sea** Denotes comprehensive clauses (i.e., mandatory and applicable clauses listed by reference in FAR 52.212-5)Contracting Officer's point of contact is:Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.milFax: 207-438-4193CORRESPONDENCE:For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on Page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:Gisela GauthierContract Division, Code 410.2T-162EPortsmouth Naval ShipyardKittery, ME 03904This notice will close at 12:00 NOON EDT on December 11, 2018. Please include Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency.Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, DUNS #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile.

Submarine Base New London Groton, Connecticut 06349 United StatesLocation

Place Of Performance : Submarine Base New London

Country : United States

Classification

532 -- Rental and Leasing Services/532490 -- Other Commercial and Industrial Machinery and Equipment Rental and Leasing
naicsCode 532490Other Commercial and Industrial Machinery and Equipment Rental and Leasing
pscCode WLease or Rental of Equipment: Maintenance and Repair Shop Equipment