MODIFICATION
L -- RIX HPAC Consultant
- Notice Date
- 11/14/2012
- 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
- N0060413T3001
- Response Due
- 11/15/2012
- Archive Date
- 11/30/2012
- Point of Contact
- Nelson Uehara 808-473-7681
- E-Mail Address
-
nelson.uehara@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a SOLE SOURCE COMBINED SYNOPSIS/SOLICITATION to RIX Industries, 4900 Industrial Way, Benicia, California 94510-1006, 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 N00604-13-T-3001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61 and DFARS Change Notice 20120906. 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 action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Funding is subject to the Continuing Resolution Authority. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: Technical consultant in assisting and advising Pearl Harbor Naval Shipyard and Intermediate Facility (PHNSY & IFM)in the disassembly/on-loading/reassembly of refurbished (RFI) AERP high-pressure, oil-free air compressors (Model 5R5-75B, RIX Industries). See the Performance Work Statement. CLIN 0001 “ Technical Support Services CLIN 0002 “ Materials CLIN 0003 “ Travel Expenses Period of performance is TBD. Place of performance location is PHNSY & IMF Pearl Harbor, Hawaii 96860. 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; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Rerepresentation; 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 w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates; 52.204-2, Security Requirements; 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 (DEVIATION) 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; If Quoters have not updated the Representations and Certifications in the System for Award Management (SAM), they 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: 252.204-7003, Control of Government Personnel Work Product; 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; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Alternate III, Transportation of Supplies by Sea; 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 5252.243-9400, Authorized Changes by the KO This announcement will close at 11:00AM Hawaii Standard Time on Thursday November 15, 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. System for Award Management Registration (SAM). Quoters are required be registered in the SAM database prior to submitting invoices. 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. Please email your quotes to Nelson Uehara at nelson.uehara@navy.mil no later than the close date and time, include the solicitation number in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3001/listing.html)
- Record
- SN02930427-W 20121116/121114234254-1680f941ee5d50226135b5b3c2dce79e (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 |