SOLICITATION NOTICE
J -- Maintenance, Repair, and Rebuilding of Equipment
- Notice Date
- 7/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018915T0365
- Response Due
- 8/7/2015
- Archive Date
- 3/31/2016
- Point of Contact
- Monti Dutta 757-443-1330
- 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 under the test program for commercial items found at FAR 13.5, 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 N00189-15-T-0365. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Publication Notice 20150626. 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 561621 and the Small Business Standard is $20.5 million. However, this is a competitive, unrestricted action. The Small Business Office concurs with the decision to not set-aside. The Naval Supply Systems Command (Norfolk) requests responses from qualified sources capable of providing: Security System upgrades as follows: CLIN 0001 “ New Lenel Security System Server “ Quantity: 1 each CLIN 0002 “ New DLS modem “ Quantity: 2 each CLIN 0003 “ New Lenel Intelligent Field Controller (LNL-3300) “ Quantity: 1 each CLIN 0004 “ New low voltage cable for overall security system to successfully operate “ Quantity: 1 each CLIN 0005 “ Balance Magnetic Switch (BMS) “ Quantity: 1 each CLIN 0006 - Technician labor (all backing up, installation, testing, submission of written results as specified in separate attached Statement of Work) “ Total number of hours and hourly rate to be specified by contractor Complete details explaining the above CLINS is found in the attached Statement of Work. Period of performance is August 17, 2015 to October 16, 2015; Delivery Location is Commander, Expeditionary Strike Group Two, 2600 Tarawa Ct., Bldg 1602, Suite 260, Virginia Beach, VA 23459. FOB Destination applies. 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 action is for a brand name only for one supply. The brand name and model number of that particular product is: Lenel Intelligent Field Controller (LNL-3300). In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ”Representation 52.212-1 Instructions to Offerors 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 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 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.232-36 Payment by Third Party 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.239-1 Privacy or Security Safeguards 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements --Representation 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A “ System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. This announcement will close at 12:00 PM Eastern Standard Time on Friday, August 7, 2015. The deadline for submitting any questions is 1:00 PM Eastern Standard Time on Tuesday, August 4, 2015. Questions may only be submitted via email to: monti.dutta@navy.mil Contact Monti Dutta who can be reached at email: monti.dutta@navy.mil. Oral communications are not acceptable in response to this notice. 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. All quotes shall be submitted via email to monti.dutta@navy.mil (the page limit maximum for quotes is 15 pages). 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/N00189/N0018915T0365/listing.html)
- Place of Performance
- Address: COMEXSTRKGR TWO, Joint Expeditionary Base Little Creek-Fort Story, 2600 Tarawa Ct., Building 1602 and Building 3537, Virginia Beach, Virginia
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN03820001-W 20150802/150731235740-e6bade1bf0f6cd6cc1d12f0f7d5638e6 (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 |