Washington, DC Bids > Bid Detail

Full Coverage for all Schneider and APC equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159671476665281
Posted Date: Aug 10, 2023
Due Date: Sep 8, 2023
Solicitation No: N00173-23-Q-1301070994
Source: https://sam.gov/opp/d4f8db67e6...
Follow
Full Coverage for all Schneider and APC equipment
Active
Contract Opportunity
Notice ID
N00173-23-Q-1301070994
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 10, 2023 05:04 pm EDT
  • Original Date Offers Due: Sep 08, 2023 09:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6150 - MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Washington , DC 20375
    USA
Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.





This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02



Effective: 02 JUNE 2023.





The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $800.

The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6150.





The following Service Contract Act Wage Determination Number applies to this requirement: 2015-4281.







The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase Full Coverage for all Schneider and APC equipment with the Attached Statement of Work (SOW).







X_See Attached Schedule of Supplies/Services





SEE ATTACHED STATEMENT OF WORK – A Site Visit is being scheduled as described



below. Attendance at the Site Visit is not required, but is highly encouraged in order to



provide an accurate Quote.





Location where work is to be performed:



U.S. Naval Research Laboratory



4555 Overlook Avenue, S.W.



Washington, DC 20375





Delivery Date (Including installation): Within three (3) months after date of award.



SITE VISIT:



A site visit will be held for interested parties to familiarize themselves with the installation



location and installation requirements identified in the attached SOW, prior to the date for which



bids/offers/proposal are to be submitted. The site visit will be held on Friday, 01 SEPT 2023.



The site visit will start at 9:00 AM Eastern and end on or before 12:00 PM Eastern – Please



arrive 30 minutes prior to the start time. In order to attend this Site Visit, you must have an



active registration within the System for Award (SAM) website, prior to the start of the Site Visit



– to be verified by the Government, and you must provide evidence of being an authorized



APC/Schneider Electric vendor and installer.







In order to attend this Site Visit, you must register by sending an email (Subject of the email



shall read: “NRL SITE VISIT - N00173-23-Q-1301070994”) to michiko.houston@nrl.navy.mil with 1) the



company’s Cage Code, and 2) Evidence of Authorized APC/Schneider Electric vendor and



installer status, on or before Friday, 18 Aug 2023 by 11:00 AM Eastern. Your registration will



be verified, and you will receive an email either confirming or rejecting your registration, on or



before Wednesday, 23 AUG 2023 by 11:00 AM Eastern.





If your registration is confirmed, you must coordinate NRL site access requirements (Gate



Announcement, Visitor Requests, Visitor Badging, and other site access requirements) with



Gerrell Bridges via email: gerrell.bridges@nrl.navy.mil no later than Tuesday, 29 AUG 2023 by



11:00 AM Eastern, with the email Subject: “NRL SITE VISIT – ACCESS COORDINATION –



N00173-23-Q-1301070994”.



Failure to meet these requirements as outlined above may result in you not being able to attend



the Site Visit.













The full text of FAR & DFARS provisions and clauses may be accessed electronically at

https://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/.






  • 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions




  • 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation




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




  • 52.204-7, System for Award Management




  • 52.204-16, Commercial and Government Entity Code Reporting




  • 52.204-17, Ownership or Control of Offeror




  • 52.204-20, Predecessor of Offeror




  • 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment – Attached below to be completed and returned with Quote/Proposal.

  • 52.204-26, Covered Telecommunication Equipment or Services - Representation




  • 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 (Apr 2008)






  • 52.212-1, "Instructions to Offerors-Commercial Items"






  • 52.212-3, "Offerors Representations and Certifications-Commercial Items and Commercial Services"

  • 52.217-5, Evaluation of Options




  • 52.219-1, Small Business Program Representations

  • 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation




  • 52.225-18, Place of Manufacture

  • 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or



Transactions Relating to Iran—Representation and Certifications




  • 52.237-1, Site Visit




  • 52.252-1, Solicitation Provisions Incorporated by Reference







NRL also includes the following provisions that must be completed and returned by the offeror:





1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation.

2. FAR 52.222-22, Previous Contracts and Compliance Reports

3. FAR 52.222-25, Affirmative Action Compliance





Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.





The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:






  • 52.212-4, Contract Terms and Conditions-Commercial Items

  • 52.203-3, Gratuities (APR 1984)

  • 52.203-12, Limitation of Payments to Influence Certain Federal Transactions

  • 52.204-9, Personal Identity Verification of Contractor Personnel

  • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

  • 52.204-18, Commercial and Government Entity Code Maintenance

  • 52.204-19, Incorporation by Reference of Representations and Certifications

  • 52.204-21, Basic Safeguarding of Covered Contractor Information Systems

  • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

  • 52.219-8, Option to Extend Services

  • 52.217-9, Option to Extend the Term of the Contract

  • 52.219-28, Post-Award Small Business Program Rerepresentation

  • 52.232-1, Payments

  • 52.232-8, Discounts for Prompt Payment

  • 52.232-11, Extras

  • 52.232-23, Assignment of Claims

  • 52.232-39, Unenforceability of Unauthorized Obligations

  • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

  • 52.233-1, Disputes

  • 52.233-3, Protest After Award

  • 52.233-4, Applicable Law for Breach of Contract Claim

  • 52.243-1, Changes-Fixed-Price

  • 52.247-34, F.O.B Destination

  • 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form)

  • 52.249-4, Termination for Convenience of the Government (Services)(Short Form)

  • 52.252-2, Clauses Incorporated By Reference







2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -





The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting:




  • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

  • 52.204-27, Prohibition on a ByteDance Covered Application

  • 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

  • 52.219-6, Notice of Total Small Business Set-Aside




  • 52.222-3, Convict Labor

  • 52.222-19, Child Labor-Cooperation with Authorities and Remedies

  • 52.222-21, Prohibition on Segregated Facilities

  • 52.222-26, Equal Opportunity

  • 52.222-36, Equal Opportunity for Workers with Disabilities

  • 52.222-50, Combating Trafficking in Persons

  • 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







3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021





The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation:






  • 252.203-7005, Representation Relating to Compensation of Former DoD Officials

  • 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

  • 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation

  • 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation

  • 252.215-7007, Notice of Intent to Resolicit







The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:






  • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

  • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

  • 252.204-7003, Control of Government Personnel Work Product

  • 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor

  • 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




  • 252.211-7003, Item Unique Identification and Valuation

  • 252.211-7008, Use of Government-Assigned Serial Numbers

  • 252.223-7008, Prohibition of Hexavalent Chromium

  • 252.225-7013, Duty-Free Entry

  • 252.227-7015, Technical Data - Commercial Items

  • 252.227-7037, Validation of Restrictive Markings on Technical Data

  • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

  • 252.232-7006, Wide Area WorkFlow Payment Instructions

  • 252.232-7010, Levies on Contract Payments

  • 252.239-7010, Cloud Computing Services

  • 252.239-7018, Supply Chain Risk

  • 252.244-7000, Subcontracts for Commercial Items

  • 252.246-7003, Notification of Potential Safety Issues

  • 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations

















SUBMISSION INSTRUCTIONS:





All Offerors shall submit 1 (one) copy of their technical and price quote.



Include your company Unique Entity ID and Cage Code/ N Cage Code on your quote.





All quotations shall be sent via e-mail.





Buyer Name: Michiko Houston, Email: michiko.houston@nrl.navy.mil.



Please reference this combined synopsis/solicitation number: N00173-23-Q-1301070994 on your correspondence and in the "Subject" line of your email.





ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.





The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors shall have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.





The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





1) Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to



price. A price analysis will be conducted to determine whether the lowest price will result from a



single award or multiple awards. Based on the price analysis, the lowest price offer or multiple



offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance



with the specifications, will be deemed either technically acceptable or technically



unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing



determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete



and award will be made based on the lowest price offer(s). If the lowest price offer is determined



technically unacceptable, another analysis will be conducted amongst the remaining offers to



determine if a single or multiple awards will provide the lowest price. The lowest price offer(s)



will be sent for technical evaluation. This process is repeated in order of price until an offer or



combination of offers is deemed technically acceptable and price is determined fair and



reasonable.





Factor 1 Sub-factors:



a) Contractor (and any proposed Subcontractor) Qualifications:



Offerors/Contractors bidding on this requirement shall possess and provide evidence of the



following:





i) The Offeror (and any proposed Subcontractor) must be an authorized APC/Schneider Electric



Vendor (Reseller), and/or Installer. Offeror must provide evidence of authorized APC/Schneider



Electric Vendor (Reseller), and/or Installer status.





ii) Personnel Background Checks – All potential personnel shall be required to submit to, and



pass, any required background checks for gaining entrance to NRL.





2) Past Performance – To include Past Performance Surveys (from Commercial Contracts or



Government Contracts) and CPARs information (if applicable). Companies without CPARs



information will not be adversely impacted. Offeror’s must provide at least two (2) recent



(within the last 3 years from the date of this amendment) and relevant (similar in scope) efforts



in which they performed the same or similar services as those described in the Statement of



Work. Any proposed subcontractors must also submit at least two (2) recent (within the last 3



years) and relevant (similar in scope) efforts in which they performed the same or similar



services as those described in the Statement of Work.





Past Performance surveys are to be sent from the Reference directly to the Government



Technical POC and Contracting Officer, no later than the due date determination provided via



SAM.gov. It is the sole responsibility of the Offeror to ensure Past Performance surveys are



completed and sent to the aforementioned Government POCs





Past Performance will be rated as Acceptable or Unacceptable. Offeror’s whose Past



Performance is rated as Unacceptable will be not be considered for Contract Award.





Past Performance Acceptable/Unacceptable Rating Method





Adjectival Rating



Description



Acceptable



Based on the offeror's performance record, the



Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance



record is unknown.



Unacceptable



Based on the offeror's performance record, the



Government does not have a reasonable



expectation that the off eror will be able to successfully perform the required effort.







Terms and Conditions. To facilitate the award process, all quotes must include a statement



regarding the terms and conditions herein as follows:





"The terms and conditions in the solicitation are acceptable to be included in the award document



without modification, deletion, or addition."





OR





"The terms and conditions in the solicitation are acceptable to be included in the award document



with the exception, deletion, or addition of the following:"





Exceptions. Offeror shall list exception(s) and rationale for the exception(s).





Submission shall be received not later than the response date listed above. Late submissions shall



be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed



submissions are accepted and are the preferred form of submission. Receipt will be verified by



the date/time stamp on fax or e-mail.





In addition to the three (3) provisions identified above that must be completed and



returned by the Offeror, the following provision must also be completed and returned by



the Offeror:





Interim FAR rule 2019-009, published on July 14, 2020, and effective on August 13, 2020



Instruction to Offeror: Complete the attached 52.504-24 and include it with your offer



FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT





The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in the provision at 52.204-26,







Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items.




  1. Definitions. As used in this provision-Backhaul, covered telecommunications



equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.






  1. Prohibition. (1) Section 889(a)(l)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to-








    1. Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

    2. Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.







(2) Section 889(a)(l)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to-






  1. Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or






  1. Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.






  1. Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services."






  1. Representations. The Offeror represents that-








  1. It □ will, □ will not provide covered telecommunications equipment or services to the



Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ''will'' in paragraph (d)(1) of this section; and







After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that- It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offerorresponds "does" in paragraph (d)(2) of this section.






  1. Disclosures. (l) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Off eror shall provide the following information as part of the offer:








    1. For covered equipment-












      1. The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);














      1. A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and














      1. Explanation of the proposed use of covered telecommunications equipment







and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.








    1. For covered services-












      1. If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or














      1. If not associated with maintenance, the Product Service Code (PSC) of the service











being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.





(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:






  1. For covered equipment-








    1. The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);










    1. A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and










    1. Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.








  1. For covered services-








    1. If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or










    1. If not associated with maintenance, the PSC of the service being provided; and





explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this prov1s1on.





(End of provision)




Attachments/Links
Attachments
Document File Size Access Updated Date
IOA EQUIPMENT TO BE COVERED.docx (opens in new window)
12 KB
Public
Aug 10, 2023
FY23_SOW_Schneider APC Full Coverage Agreement.docx (opens in new window)
25 KB
Public
Aug 10, 2023
file uploads

Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 10, 2023 05:04 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >