Closed Solicitation · DEPT OF DEFENSE

    EATON UPS MAINTENANCE RENEWAL

    Sol. N3904024RC40433Combined Synopsis/SolicitationSet-aside: 8(a) Sole Source (FAR 19.8)PORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Aug 16, 2024
    POSTED
    Aug 13, 2024
    Publication date
    NAICS CODE
    541519
    Primary industry classification
    PSC CODE
    7D20
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Department of the Navy, has issued a combined synopsis/solicitation for the maintenance renewal of Eaton Uninterrupted Power Supply (UPS) systems at the Portsmouth Naval Shipyard. The solicitation, identified by RFQ number N3904024RC40433, is set to close on August 16, 2024, at 2:00 PM EDT. This procurement falls under NAICS code 541519, with a small business size standard of $34 million. The government intends to award the contract on a sole source basis to Eaton Corp, as justified in the attached documentation.

    Contract details

    Solicitation No.
    N3904024RC40433
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    8(a) Sole Source (FAR 19.8)
    Posted Date
    August 13, 2024
    Response Deadline
    August 16, 2024
    NAICS Code
    541519AI guide
    PSC / Class Code
    7D20
    Contract Code
    1700
    Primary Contact
    Steven Carlberg
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    service

    Description

    This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This combined synopsis/solicitation SHALL be posted on SAM (www.sam.gov).

    The RFQ number is N3904024RC40433. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Change Notice 20240729. 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:

    https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars.

    The NAICS code for this procurement is 541519. The small business size standard is $34 million. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE BASIS to Eaton Corp, in accordance with FAR 13.106-1(b)(1)(i) (See the attached Justification for Sole Source)

    This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

    This requirement is to provide Portsmouth Naval Shipyard with a firm-fixed-price order for Eaton Uninterrupted Power Supply (UPS) Maintenance Renewal (PNS 24-383) New Base Year +2 option years.

    *Reference Attachments with RFQ:

    1. Required Product List
    2. Limited Source Justification Redacted

    The following FAR provision and clauses are applicable to this procurement:

    52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

    52.204-7 System for Award Management

    52.204-9 Personal Identity Verification of Contractor Personnel

    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 of Control of Offeror

    52.204-18 Commercial and Government Entity Code Maintenance)

    52.204-19 Incorporation by Reference of Representations and Certifications

    52.204-20 Predecessor of Offeror

    52.204-21 Basic Safeguarding of Covered Contractor Information Systems

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

    52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or    Proposed for Debarment

    52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

    52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law

    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 Products and Commercial Services.

    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 Products and Commercial Services.

    52.217-7 Option for Increased Quantity -- Separately Priced Line Item

    52.217-9 Option to Extend the Term of the Contract

    52.219-6 Notice of Total Small Business Set-Aside

    52.219-28 Post Award Small Business Program Representation

    52.222-3 Convict Labor

    52.222-19 Child Labor-Cooperation with Authorities and Remedies

    52.222-21 Prohibition of Segregated Facilities

    52.222-26 Equal Opportunity

    52.222-36 Affirmative Action for Workers with Disabilities

    52.222-50 Combating Trafficking in Persons

    52.223-5 Pollution Prevention and Right-to-Know Information

    52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons

    52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

    52.225-13 Restriction on Foreign Purchases

    52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs

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

    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

    52.247-34 F.O.B. Destination

    52.252-1 Solicitation Provisions Incorporated by Reference

    52.252-2 Clauses Incorporated by Reference

    52.252-6 Authorized Deviations in Clauses

    52.253-1 Computer Generated Forms

    Additional contract terms and conditions applicable to this procurement are:

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

    DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

    DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials

    DFARS 252.204-7003 Control of Government Personnel Work Product

    DFARS 252.204-7006 Billing Instructions-Cost Vouchers

    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 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

    DFARS 252.211-7003 Item Unique Identification and Valuation

    DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

    DFARS 252.225-7048 Export-Controlled Items

    DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

    DFARS 252.232-7006 Wide Area Workflow Payment Instructions

    DFARS 252.232-7010 Levies on Contract Payments

    DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services

    DFARS 252.247-7023 Transportation of Supplies by Sea

    Technical Evaluation Ratings:

    Rating: Acceptable

    Description: Submission that clearly meets the minimum requirements of the solicitation

    Rating: Unacceptable

    Description: 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.

    Price: Price will not be evaluated on quotations found to be Unacceptable under the Technical Approach Factor. The Government will determine whether prices are reasonable, and complete.  Prices that are unreasonable, or incomplete may be eliminated from further consideration. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

    System for Award Management (SAM): Vendor 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:

    The Vendor's quote must be sent via SAM.GOV.

    Place of Performance is: Portsmouth Naval Shipyard

    Period of Performance/Delivery Date: 9/21/2024 – 9/20/2025 with 2 Option Years

    FOB – Destination

    This announcement will close on August 16th, 2024, at 2:00 PM (EST).

    Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

    The Vendor's quote shall include price(s), a point of contact, name, email address, phone number, CAGE code, Manufacturer Part Number, business size under NAICS Code 541519, and payment terms.

    The Vendor's response must clearly indicate its capability to meet all specifications and requirements.

    ******End of Solicitation*****

    Key dates

    1. August 13, 2024Posted Date
    2. August 16, 2024Proposals / Responses Due

    AI search tags

    Frequently asked questions

    EATON UPS MAINTENANCE RENEWAL is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.