Rental of Two (2) 200 Ton Air Cooled Chiller Units
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
SYNOPSIS:
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the Rental of two (2) 200 Ton Air Cooled Chiller Units. The required items are for commercial items prepared in accordance with the information in FAR Part 12 – Acquisition of Commercial Items and FAR Subpart 13.5, using Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. The proposed contract is 100% set aside for small business concerns.
The NAICS code applicable to this procurement is 336611, Ship Building and Repairing with a size standard of 1,250. The Product Service Code is L020.
The anticipated contract period shall be September 4, 2018 through September 3, 2019 with the option to extend the contract for one (1) successive one-year period through September 3, 2020. Inclusion of FAR 52.217-8 is recommended.
The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted to this site Federal Business Opportunities (FEDBIZOPPS), https://www.fedbizopps.gov . The solicitation is expected to be available approximately 21 August 2018.
Solicitation N42158-18-Q-0009 and subsequent amendments will be posted to this website (FEDBIZOPPs.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the FEDBIZOPPs website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at FEDBIZOPPs on the interested vendor list under N42158-18-Q-0009. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov.
By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFQ questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Stanay Harrell, Contract Specialist at stanay.harrell@navy.mil and Jimettra Lundy, Contracting Officer at jimettra.lundy@navy.mil.