Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2014 FBO #4681
SOLICITATION NOTICE

N -- Repair of Jet Dock System pontoon lift system for Commander Navy Region Hawaii, MDSU ONE EOD DET MIDPAC Jet Dock.

Notice Date
9/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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
N0060414T3140
 
Response Due
9/19/2014
 
Archive Date
10/4/2014
 
Point of Contact
Tom McLain 808-473-7582
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures. 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. 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 (https://www.neco.navy.mil/). The RFQ number is N00604-14-T-3140. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Publication Notice 20140828. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541330 and the Small Business Standard is $15M. The NAVSUP Fleet Logistics Center, Pearl Harbor intention is to solicit and negotiate for a Fair and Reasonable Firm Fixed Price Quote with Jet Dock Systems Inc. (Attach 5 “ Sole Source J and A) CLINDescriptionQuantity/UI Price Quote 0001Installation of repair parts for repair of the Pontoon Lift System manufactured by Jet Dock Systems Inc. (see Attach 1 - Performance Work Statement)1 GP (See Attach 2 - Itemized Parts List) $ 0002Shipping/Freight Delivery Location: Bldg 563, G Ave, Ewa Beach, HI 967061 EA $ 0003Travel Expenses reimbursed in accordance with FAR 31 and DoD Joint Travel Regulations (JTR) 1 EA$ Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the governments ™ analysis of the contractors offer, and making a determination of receiving a fair and reasonable price for the repair of the equipment. The contractor will also be evaluated for achieving a satisfactory rating for Past Performance as rated in the Past Performance Information Retrieval System (PPIRS). Where there is no rating of past performance in PPIRS the rating shall be evaluated as neutral. Quoters shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1) A completed copy of 52.212-3 and its ALT I (Attach 3) addressing para (b) for changes if already filing electronically in the System for Award Management (SAM). 2) DFARS 252.209-7993 (Attach 4) Unpaid Delinquent Tax Liability provision. Delivery terms are FOB Origin; Delivery Location is to Commander Navy Region Hawaii “ MDSU ONE EOD DET MIDPAC, Bldg 563, G Ave, Ewa Beach, HI 96706. 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 provisions 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 52.222-50, Combating Trafficking Persons 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I 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 52.222-19, 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 with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions of Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-29, FOB Origin 52.252-1 -- Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000, Requirements Relating To Compensation of Former DoD Officials 252.203-7005, Representation Relating To Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control for Government Personnel Work Product 252.204-7004, Alt A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7011, Alternative Line Item Structure 252.204-7015, Disclosure of Information To Litigation Support Contractors 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023, Transportation of Supplies at Sea This announcement will close at 10:00AM HST on September 19, 2014. Contact Thomas McLain who can be reached at (808) 473-7582 or email thomas.mclain@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Vendors responding to this solicitation are advised that, prior to award, the Government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3140/listing.html)
 
Record
SN03515020-W 20140918/140917001200-428fb4526a62cdfc03ba5847d79d4a97 (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.