SOLICITATION NOTICE
S -- Cleaning services for the Imprex Vacuum Pressure Impregnation(VPI)System
- Notice Date
- 1/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management 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
- N0060415T3017
- Response Due
- 2/9/2015
- Archive Date
- 2/24/2015
- Point of Contact
- Mshindi Thomas 808-473-7569
- 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, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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 (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3017. This solicitation document incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Publication Notice 20141219. 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 562998 and the Small Business Standard is $7.5M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. This requirement is in accordance with Wage Determination (WD) 05-2153 (Rev.-19). NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLIN QTY U/I 0001 1 Each Cleaning services for the Imprex Vacuum Pressure Impregnation System, (In accordance with the attached Performance Work Statement (PWS) The period of performance will be 02 March 2015 through 13 March 2015. The Place of performance will be the Pearl Harbor Naval Shipyard (PHNSY) and Intermediate Maintenance Facility (IMF) building 214. A site visit will be conducted on Friday, 06 February 2015 at 9:00am. All quoters interested in attending the site visit must contact me by email only at mshindi.thomas@navy.mil by 2:00pm on Monday, 12 January 2015 to submit the required documentation to gain access to the PHNSY. The following FAR provision and clauses are applicable to this procurement: 52.204-2 Security Requirements 52.204-7System for Award Management 52.204-9 Personal Identity Verification o Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3Offeror 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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, Equal Opportunity for Workers w/Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-3, Hazardous Material Identification and Material Safety Data 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS provisions and clauses applicable to this procurement are: 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 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System For Award Management 252.204-7011 Alternative Line Item Structure 252-204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7001, Hazard Warning Labels 252.223-7006Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048Export- Controlled Items 252.225-7993 Prohibition on Contracting with the Enemy 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea Quoters are reminded to include a completed copy of FAR 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 1200p.m. Hawaii time on 09 February 2015. All quotes must be submitted via email only to Mshindi.thomas@navy.mil. Questions shall be submitted to Mshindi Thomas via email only no later than 2:00p.m. Hawaii time on Friday 06 February 2015. All responsible sources may submit a quote which shall be considered by the agency. 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 a combination of factors: price, technical capability, Contractor responsibility, and past performance. 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), 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3017/listing.html)
- Place of Performance
- Address: Pearl Harbor Naval Shipyard (PHNSY) and Intermediate Maintenance Facility (IMF) building 214, Pearl Harbor, HI
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN03612346-W 20150111/150109233921-5d86064bc7638e674b4a28f7e0695e6f (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 |