SOLICITATION NOTICE
D -- Aircraft Navigation Data Service Subscription - Package #1
- Notice Date
- 8/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Pearl, Bldg. 475-2, Code 200, 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii, 96860-4549, United States
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-13-T-3118
- Archive Date
- 9/15/2013
- Point of Contact
- Thomas M. McLain, Phone: 8084737582
- E-Mail Address
-
thomas.mclain@navy.mil
(thomas.mclain@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source J & A Combined Synopsis Solicitation PDF The Regional Contracting Department, NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) intends to issue a combined synopsis/solicitation notice on an unrestricted sole source basis to negotiate and award a contract to Jeppesen Sanderson, Inc DBA: Jeppesen A Boeing Company for a 1 year subscription starting 1 Sep 2013 for DU-885 Jeppesen Integrated Navigation Data Services for 4 aircraft operating under VR-51 located at Marine Corp Base Hawaii utilizing FAR Part 13.106-1(b)(1). Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. The prospective contractor must be registered in the Central Contractor Registration (CCR). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This notice of intent is a request for competitive quotes. 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 FEDBIZOPS (https://www.fbo.gov/). The RFQ number is N00604-13-T-3118. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.The NAICS Code is 541370, and the Small Business Standard is $14M in revenues. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Regional Contracting Department, NAVSUP Fleet Logistic Center Pearl Harbor (FLCPH) Requests For Quotation (RFQ) for responses from qualified sources for the following: 1 year subscription starting 1 Sep 2013 for DU-885 Jeppesen Integrated Navigation Data Services for 4 aircraft operating under VR-51 located at Marine Corp Base Hawaii. BUNO NO's 165093, 165094, 165151, and 1656152. The Contractor must be registered in the System for Award Management (SAM) to be eligible for Department of Defense Contract awards. Lack of registration in the SAM database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.sam.gov/ for more information. The following FAR, DFARS and NAVSUP provisions and clauses are applicable by reference: 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; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, 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; 52.232-36, Payment by Third Party (Feb 2010) (Government Credit Card); 52.204-7, Central Contractor Registration; 52.204-13, System for Award Management; 52.213-2, Invoices; 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: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7010, Levies on Contract Payments; NAVSUP 5252.243-9400 Authorized Changes Only By the Contracting Officer (JAN 1992) AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Quotations are due 4PM Hawaii Standard Time (HST), on August 31, 2013. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. Quotes may be mailed to Regional Contracting Department, NAVSUP Fleet Logistics Center, 1942 Gaffney Street, Suite 100, Attn: Thomas McLain, JBPHH, HI 96860-4549 or e-mailed to thomas.mclain@navy.mil. Facsimile quotes will be accepted at (808) 474-3524. A determination by the Government not to 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. **** End of Combined Notice***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-13-T-3118/listing.html)
- Place of Performance
- Address: Kanaoe, Hawaii, 96863, United States
- Zip Code: 96863
- Zip Code: 96863
- Record
- SN03167456-W 20130831/130829235209-1cd744cadc9ef7593ba83b4dab8613e1 (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 |