MODIFICATION
J -- Storage, Delivery and Maintenance Services of Equipment
- Notice Date
- 9/10/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412T3196
- Response Due
- 9/20/2012
- Archive Date
- 10/5/2012
- Point of Contact
- Nelson Uehara 808-473-7681
- E-Mail Address
-
nelson.uehara@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Storage, Delivery and Maintenance Services of Equipment This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Parts 12 and 13, 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3196. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120829. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811310 and the Small Business Standard is $7.0 million. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: Storage, delivery and maintenance of equipment per the attached Performance Work Statement (PWS). CLIN 0001 HPAC storage, delivery and maintenance, 45 each. CLIN 0002 Chlorinator/Dechlorinator storage, delivery and maintenance, 45 each. CLIN 0003 Hydrolancer storage, delivery and maintenance, 30 each. CLIN 0004 LPAC storage, delivery and maintenance, 120 each. CLIN 0005 Light Tower storage, delivery and maintenance, 120 each. CLIN 0006 Diesel Fire Pump storage, delivery and maintenance, 12 each. CLIN 0007 Electric Fire Pump storage, delivery and maintenance, 12 each. Period of performance is 30-Sep-2012 to 29-Sep-2013 Delivery Location is COMNAVMAR or Polaris Point bases on Guam. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision 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 52.204-10, reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222.35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans;52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates; 52.204-99, System for Award Management Registration (Deviation); 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations ”Representation; 52.232-18, Availability of Funds;52.232-99, Providing Accelerated Payment to Small Business Subcontractors; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.247-7023, Transportation of Supplies by Sea; 252.201-7000, Contracting Officer ™s Representative; 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.204-7003, Control of Government Personnel Work Product; 252-209-7998, Representation Regarding Conviction of a Felony Criminal Violation Under any Federal or State Law; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7010, Levies on Contract Payments; 5252.243-9400, Authorized Changes Only by the Contracting Officer; This announcement will close at 1:00PM Hawaii Standard Time on Thursday September 20, 2012. Contact Nelson Uehara who can be reached at 808-473-7681 or email nelson.uehara@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids/ past performance. The relative importance of the factors is as follows price more important than past performance. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. System for Award Management (SAM). Quoters must be registered in the SAM database for invoicing purposes. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Email your quotes with the solicitation number in the subject line to nelson.uehara@navy.mil by 1:00PM Hawaii Standard Time on Thursday September 20, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3196/listing.html)
- Record
- SN02876393-W 20120912/120911001854-dc344861ba4597b6bdb9b4136bc47235 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |