Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
SOLICITATION NOTICE

58 -- TELEPHONE AND TELEGRAPH EQUIPMENT

Notice Date
3/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V214624008517
 
Response Due
4/7/2014
 
Archive Date
4/14/2014
 
Point of Contact
MARK ZACCAGNINI 757-443-1296
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 V214624008517. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140228. 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 334210 and the Small Business Standard is 1000 employees. This is a competitive action. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of furnish the labor and materials required to accomplish the tasks located in Attachment I (Statement of Work). Period of Performance: TBD Location: Dry-dock 2, Norfolk Naval Shipyard (NNSY), Portsmouth, VA 23709. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract is 100% set aside for small business concerns. Mandatory Site Visit: A mandatory site visit will be held Monday, March 31, 2014 at 1300 Eastern Time at the following location: Dry-Dock 2, Norfolk Naval Shipyard, Portsmouth, VA 23709. The purpose of the site visit is to enable vendors to assess the existing framework, view installation requirements, take measurements, and to ask any questions that may arise. Any vendor interested in attending the site visit shall meet outside of the NNSY Pass Office, Bldg 1502, no later than fifteen minutes prior to the start of the visit. Contractors shall ensure access to Norfolk Naval Shipyard is permitted. Any contractor not present for the site visit shall not be considered for award. Any questions regarding NNSY access shall be addressed to the NNSY Pass & ID Office at 757-396-7865/7260. Vendors shall take care of all access requirements ahead of time and be ready to depart the Pass Office promptly at 1300 PM EST on the day of the site visit. This Additional Requirement is for the interested offerors to contact Mark Zaccagnini prior to 1000 on Monday 24 March, 2014 at (757) 443-1296 or mark.zaccagnini@navy.mil to attend the site visit. The request must include the following information. (a)Each company representative(s) full name (s), (b)Date(s) or birth, (c)Place(s) of birth (city and state), (d)Social security number(s), and (e)Statement of United States citizenship and that supporting documentation is available if requested. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED FROM THE PASS AND ID BUILDING. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO ENTER THE SITE PRIOR TO OR AFTER THE SCHEDULED SITE VISIT. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-2 Security Requirements (August 1996) 52.204-7 System for Award Management (July 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2012) 52.204-13 SAM Maintenance (July 2013) 52.237-1 Site Visit 52.252-2 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications ”Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.247-34 F.O.B. Destination (NOV 1991); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012), 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012), 52.219-6 Notice of Total Small Business Set Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012), 52.232-36 Payment by Third Party (FEB 2010), and 52.233-2 Service of Protest The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7000 Requirements Relating to compensation of Former DOD Officials (Sept 2011), 252.204-7004 Alt A System for Award Management (May 2013), 252.204-7011 Alternative Line Item Structure (Sept 2011), 252.204-7012 Safeguarding of Unclossified Controlled Technical Information (Nov 2013), 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax liability ¦Fiscal Year 2014 Appropriations (Deviation 2014-O0004)(October 2013), 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act ”Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011), 252.225-7000 Buy American Act-Balance of Payments Program Certificate, 252-225-7002 Qualifying Country Sources as Subcontractors (Dec 2012), The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility. (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. All offers shall be submitted via email to mark.zaccagnini@navy.mil. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Any questions regarding the details of this solicitation will be addressed during the site visit. Responses to this solicitation are due by 10:00 AM Eastern Time on 7 April 2014. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V214624008517/listing.html)
 
Record
SN03313544-W 20140320/140318234927-831f923f8ff3fcfa49624ca3bbe7d640 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.