Power Diesel Generator Rental

expired opportunity(Expired)
From: Federal Government(Federal)
N6278920Q0012

Basic Details

started - 25 Mar, 2020 (about 4 years ago)

Start Date

25 Mar, 2020 (about 4 years ago)
due - 10 Apr, 2020 (about 4 years ago)

Due Date

10 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N6278920Q0012

Identifier

N6278920Q0012
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705434)DEPT OF THE NAVY (156301)NAVSEA (28010)NAVSEA SUPSHIP (370)SUP OF SHIPBUILDING GROTON (140)
[object Object]

SetAside

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

Attachments (2)

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.

AMENDMENT 0001: The purpose of this amendment is to include answers to questions posed by potential offerors. These answers are being provided for your clarification.1. What date does the equipment need to be delivered?     The equipment needs to be onsite at the start of the Period of Performance (POP) on 01 June 2020.2. How long exactly will the rental be for?     The rental will be for the duration of the POP from 01 June 2020 to 30 September 2020.3. Approximately how many hours per day will the generator run for?     The generator will be used for emergencies and back-up power only for a rough estimate of approximately 20 total hours of use over the entire rental period.4. Do we need to provide cable and/or any distribution equipment?     The Government will provide cam lock rated cables to be bolted to the generator bus bars. No distribution equipment is required from the Vendor.5. Will you need us to provide fuel service?     The Government will provide fuel. The generator
should be delivered with empty or minimal fuel.6. Would you like us to include our Rental Protection Plan on the quote?     In accordance with the Specifications, the Vendor is responsible for providing a generator that functions and performs within the normal parameters of its intended use. If the generator fails to perform and function within the normal parameters, the Vendor is responsible for replacing the defective generators within 48-hours at no additional cost to the Government. Additionally, the Vendor shall provide qualified personnel to respond to Emergency Service requests within 4 hours of notification by the Government Technical Point of Contact (GTPOC) in accordance with the Specifications.7. Do you need us to provide any labor for setup and/or breakdown?     In accordance with the Specifications, the Vendor shall provide an on-site demonstration on the proper usage of the generator to designated Naval Submarine Support Facility (NSSF) Personnel at the time of delivery. The hands-on demo shall include, but is not limited to: the basic connectivity, operation procedures, functionality, capabilities, and safety of the generator. Additionally, the Vendor shall provide a copy of all related owner’s manuals and instructions at the time of delivery.8. Would generators from 2015 be considered “not older than 5-years old” and acceptable for this bid?     The generator must not exceed 5 years of age by the end of the rental period 30 September 2020.This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 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.Solicitation Number N6278920Q0012 is issued as a Request for Quotes (RFQ). The solicitation and incorporated provisions and clauses are in effect through the most current Federal Acquisition Circular (FAC) 2020-04 with an effective date of 15 January 2020.This is a 100% Total Small-Business Set-Aside. The North American Industrial Classification System (NAICS) Code for this acquisition is 532490. The Small Business Size Standard is $35,000,000. The Product and Service Code (PSC) is J019.Supervisor of Shipbuilding (SUPSHIP) Conversion and Repair, Groton CT intends to award a Firm Fixed Price purchase order for this procurement.CLIN 0001: Vendor shall provide one (1) 1000 kilowatt (kW) power diesel generator for rental to the USS Hartford (SSN 768) in accordance with Attachment 0001: Specifications.Period of Performance for Rental: 01 June 2020 – 30 September 2020Offerors must be registered and active in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at: https://sam.gov/SAM/pages/public/index.jsf.Proposals are due prior to 12:00PM ET, 10 April 2020. Late submissions will not be accepted.Any subsequent amendments will be posted to the beta.SAM.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation and for monitoring the website for any amendments.         The Contracting Officer will not provide hardcopies or email copies of the solicitation.Offerors are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their proposal to be determined unacceptable and therefore not eligible for award. Failure to submit any of the information requested by this solicitation may be cause for unfavorable consideration.Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: david.figueroa@navy.mil.  Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.All correspondence in conjunction with this acquisition should be emailed to david.figueroa@navy.mil. In accordance with the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and Naval Sea Systems Command (NAVSEA), the provisions and clauses referenced hereafter are applicable to this acquisition:C-202-H001 Additional Definitions—Basic (NAVSEA) OCT 2018C-204-H001 Use of Navy Support Contractors for Official Contract Files (NAVSEA) OCT 2018C-211-H018 Approval by the Government (NAVSEA) JAN 2019C-212-W001 Contract Terms and Conditions—Commercial Items Addendum to 52.212-4 (NAVSEA) OCT 2018C-223-W002 On-Site Safety Requirements (NAVSEA) OCT 2018C-227-H013 Reporting the Intended Use of Government-Unique Marks (NAVSEA) JAN 2020252.204-7006 Billing Instructions OCT 2005252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018252.232-7006 Wide Area Workflow Payment Instructions DEC 2018G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (NAVSEA) JUN 2018G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) JAN 2019G-242-H001 Government Contract Administration Points-of-Contact and Responsibilities (NAVSEA) OCT 2018G-242-H002 Hours of Operation and Holiday Schedule (NAVSEA) OCT 201852.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 201752.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-13 System for Award Management Maintenance OCT 201852.204-18 Commercial and Government Entity Code Maintenance JUL 201652.204-19 Incorporation by Reference of Representations and Certifications DEC 201452.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 201652.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 201852.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 201952.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment OCT 201552.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 201552.212-4 Contract Terms and Conditions—Commercial Items OCT 201852.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items JAN 202052.219-6 Notice of Total Small Business Set-Aside DEV 2019-O0003 NOV 201152.219-28 Post-Award Small Business Program Rerepresentation JULY 201352.222-1 Notice To The Government Of Labor Disputes FEB 199752.222-3 Convict Labor JUN 200352.222-21 Prohibition of Segregated Facilities APR 201552.222-26 Equal Opportunity SEP 201652.222-36 Equal Opportunity for Workers with Disabilities JUL 201452.222-41 Service Contract Labor Standards AUG 201852.222-50 Combating Trafficking in Persons JAN 201952.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements MAY 201452.223-5 Pollution Prevention and Right-to-Know Information MAY 201152.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 201152.225-13 Restrictions on Certain Foreign Purchases JUN 200852.232-11 Extras APR 198452.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 201852.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 201352.233-3 Protest After Award AUG 199652.233-4 Applicable Law for Breach of Contract Claim OCT 200452.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 198452.252-2 Clauses Incorporated by Reference FEB 199852.253-1 Computer Generated Forms JAN 1991252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013252.204-7000 Disclosure of Information OCT 2016252.204-7003 Control of Government Personnel Work Product APR 1992252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019252.223-7008 Prohibition of Hexavalent Chromium JUN 2013252.225-7048 Export-Controlled Items JUN 2013252.232-7010 Levies on Contract Payments DEC 2006252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013252.243-7001 Pricing of Contract Modifications DEC 1991252.244-7000 Subcontracts for Commercial Items JUN 2013252.247-7023 Transportation of Supplies by Sea FEB 201952.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation JAN 201752.204-20 Predecessor of Offeror JUL 201652.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 201952.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation NOV 201552.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 201652.212-1 Instructions to Offerors—Commercial Items DEV 2018-O0018 OCT 201852.212-3 Offeror Representations and Certifications—Commercial Items DEC 201952.219-1 Alt I Small Business Program Representations —  Alternate I SEP 201552.222-22 Previous Contracts and Compliance Reports FEB 199952.222-25 Affirmative Action Compliance APR 198452.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Certification MAY 201452.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications AUG 2018252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011252.204-7007 Alternate A, Annual Representations and Certifications DEC 2019252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation DEC 201952.204-7 System for Award Management OCT 201852.204-16 Commercial and Government Entity Code Reporting JUL 201652.204-17 Ownership or Control of Offeror JUL 201652.204-22 Alternative Line Item Proposal JAN 201752.204-26 Covered Telecommunications Equipment or Services—Representation DEC 201952.225-20 Prohibition on Conducting Restricted Business Operations in Sudan—Certification  AUG 200952.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications AUG 201852.237-1 Site Visit APR 198452.252-1 Solicitation Provisions Incorporated by Reference FEB 1998252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation DEC 2019252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation DEC 2019252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019252.206-7000 Domestic Source Restriction DEC 1991252.209-7998 Representation Regarding Conviction of a Felony Criminal DEV 2012-O0007 MAR 2012252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DEV 2012-O0004 JAN 2012252.226-7002 Representation for Demonstration Project for Contractors Employing Persons with Disabilities DEC 2019L-204-H001 Facility Security Clearance (NAVSEA) OCT 2018L-204-H003 Notification of Use of Navy Support Contractors for Official Contract Files (NAVSEA) APR 2019For Contractor personnel that do not have a Common Access Card (CAC) or a Navy Commercial Access Control System (NCACS) card, the following is required to obtain Defense Biometric Identification System (DBIDS) credentials to gain access to the base for delivery:1. Ensure you provide the names of personnel requiring access to the Naval Submarine Base to the Regional Support Group (RSG) Point of Contact (POC). RSG will pass the information to the Submarine Base Pass and ID office as your Government sponsor.2. Upon arrival at the Submarine Base, present valid identification such as a Real ID Act-compliant state driver's license. If you do not have a Real ID Act-compliant state driver’s license, you can use a passport. If you do not have a passport, you will be required to have an original birth certificate and your Social Security Card (not just your number).3. Present a completed copy of the SECNAV 5512/1 form to obtain your background check. A copy of the SECNAV 5512/1 form can be obtained by contacting the RSG POC.4. Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, fingerprints, base restrictions, and several other assessments. After all this is done, you will be provided with your new DBIDS credential.The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. The lowest priced offeror will be evaluated first for technical acceptability. If determined to be technically unacceptable, the next lowest offer will be evaluated, etc.Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest priced, technically acceptable.

Groton ,
 CT  06349  USALocation

Place Of Performance : N/A

Country : United StatesState : ConnecticutCity : Groton

You may also like

Diesel Generator Rental

Due: 22 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Rental of 1000KW Power Diesel Generator

Due: 25 Oct, 2024 (in 6 months)Agency: DEPT OF DEFENSE

Classification

naicsCode 532490Other Commercial and Industrial Machinery and Equipment Rental and Leasing
pscCode J019Maintenance, Repair and Rebuilding of Equipment: Ships, Small Craft, Pontoons, and Floating Docks