SOLICITATION NOTICE
J -- HAAS CNC MACHINES SERVICE AGREEMENT FOR FIVE LATHE AND MILLING MACHINES
- Notice Date
- 8/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018915T0367
- Response Due
- 8/7/2015
- Archive Date
- 8/22/2015
- Point of Contact
- MISTY ALVAREZ 7574431968
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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 (http://www.neco.navy.mil/). The solicitation number is N00189-15-T-0367 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811310 and the Small Business Standard is $7,500,000. The Government intends to solicit and negotiate on a BRAND NAME basis contract to provide service and repairs for five (5) HAAS CNC machines for the Mid-Atlantic Regional Maintenance Center (MARMC) in accordance with attached Statement of Work for one base year and one option year. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The NAVSUP Fleet Logistics Center “ Norfolk requests responses from qualified sources capable of providing the aforementioned annual service contract for maintenance and repairs for five HAAS lathe and milling machines for MARMC aboard Naval Station, Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text: 52.204-7 System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Governments 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 with Disabilities. 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM 52.217-5Evaluation of Options 52.217-9Option to Extend the Term of the Contract 52.222-42Statement of Equivalent Rates (May 2014) 52.222-55Minimum Wages Under Executive Order 13658 (Dec 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. 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/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation 252.203-7999Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003Item Unique Identification and Valuation 252.211-7008Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments program certificate--Basic 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048Export-Controlled Items (Jun 2013) 252.232-7003Electronic 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 (Nov 2010) 252.244-7000Subcontracts for Commercial Items 252.246-7003Notification of Potential Safety Issues (June 2013) 252.247-7023Transportation of Supplies by Sea 5252.NS-046PProspective Contractor Responsibility 5252.204-9400Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, IT Systems, or Protected Health Information (July 2013) This announcement will close at 12:00 p.m. EST (noon) on August 7, 2015. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. Attachments: Attachment I “ Statement of Work (SOW) ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0367/listing.html)
- Record
- SN03822282-W 20150806/150804235446-55dd6a5337a47dcb63b3049035d7f0b1 (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 |