SOLICITATION NOTICE
R -- Stable Isotope Analysis
- Notice Date
- 8/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- N0060414T3104
- Response Due
- 8/19/2014
- Archive Date
- 9/3/2014
- Point of Contact
- RYAN FERNANDEZ 808-473-7921
- E-Mail Address
-
RYAN.FERNANDEZ@NAVY.MIL
(RYAN.FERNANDEZ@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and FAR subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes as the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION IS NOT AVAILABLE. This request for quotation number is N00604-14-T-3104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140805. It is the responsibility of the Offeror to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541380 and the small business standard is $15.0M. This is a competitive, unrestricted action. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of preparing bone collagen and bone bioapatite samples and conducting stable isotope analysis in accordance with the Performance Work Statement. CLINQTYU/IDESCRIPTION 00011GroupConduct Isotope Analyses, September 15, 2014 to September 14, 2015. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 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 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 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- SAM 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control Of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7993, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law “ Fiscal Year 2014 Appropriations (Deviation 2014-O0009) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea Offerors shall include with their quote a completed copy of: 1) 52.212-3 Alt I, Offeror Representations and Certifications “ Commercial Items; and 2) 252.209-7993, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law “ Fiscal Year 2014 Appropriations (Deviation 2014-O0009). This announcement will close with quotes due at 2:00PM, Hawaii Standard Time on Tuesday, August 19, 2014. Offerors shall email quotes to the Contract Specialist, Ryan Fernandez via email at ryan.fernandez@navy.mil. Quotes will remain valid for 30 days after close date. Questions concerning the solicitation must be emailed to the Contract Specialist no later than 9:00AM, Hawaii Standard Time on Tuesday, August 19, 2014 to be considered. Offerors must be registered with SAM to be considered for award. The resultant contract will be firm fixed-price, and award will be based on lowest price technically acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3104/listing.html)
- Record
- SN03464903-W 20140816/140814235314-cfe51b0fbf7b65084d22208d7ff82cf7 (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 |