Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
SOLICITATION NOTICE

J -- Preventative Maintenance of LTX Equipment

Notice Date
9/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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
N0060414T3156
 
Point of Contact
Christohper M. Craft 808-473-7943
 
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 Subpart 12.6, using Simplified Acquisition, 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 (https://www.fbo.gov/) and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-14-T-3156. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140919. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department intends to award the proposed requirement on a sole source basis, as a Firm-Fixed Price contract to LTX Credence utilizing FAR Part 12 and FAR Part 13. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the items listed in the table below. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The NAICS code is 811219 and the Small Business Standard is $20.5M. 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 13.106-1(b)(1)(i). 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. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following: CLIN 0001 “ LTX Credence preventative maintenance IAW the PWS On-Site Maintenance on the MSRA Test Platform Serial #6286 (Bldg. 683) to include service calls parts and labor. CLIN 0002 “ Travel Contractor is required to make all travel arrangements in accordance with the DoD Joint Travel Regulations (JTR). Period of Performance Date: 01 October 2014 to 30 September 2015. Technical Point of Contact: Phillip Lewis Email: phillip.a.lewis@navy.mil The following FAR/DFARS provision and clauses are applicable to this procurement and incorporated by reference: 52.204-7System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13SAM Maintenance 52.212-3Offeror Reps and Certs 52.212-4Contract Terms and Conditions--Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor--Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers w/ Disabilities 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer “ SAM 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-18Availability of Funds 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015Disclosure of Information to Litigation Support Contractors 252.223-7006Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.223-7008Prohibition of Hexavalent Chromium 252.225-7048Export- Controlled Items 252.225-7993 (Dev 2014-O0008) (Feb 2014)Prohibition on Contracting with the Enemy 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 12:00 p.m. Hawaii Standard Time on September 24, 2014. Contact Christopher Craft who can be reached at (808) 473-7943 or email Christopher.m.craft@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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/. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3156/listing.html)
 
Record
SN03523835-W 20140925/140923235141-9396b0faa9cf57ca5d1c0f533d0bcde6 (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.