Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2015 FBO #5040
SOLICITATION NOTICE

54 -- Hazmat Storage Lockers - Hazmat Storage Lockers Specifications - 52.212-1-Instructions to Offerors - 52.212-3 -- Offeror Representations and Certifications . - 52.212-2 - Evaluations

Notice Date
9/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Blount Island Command (BIC), 5880 Channelview Blvd Blount Island, Jacksonville, Florida, 32226-3404, United States
 
ZIP Code
32226-3404
 
Solicitation Number
M67004-15-Q-1091
 
Archive Date
9/29/2015
 
Point of Contact
Steven K Wynne, Phone: 9046965067, JoAnna Lovett-Black, Phone: 9046965170
 
E-Mail Address
steven.wynne@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL
(steven.wynne@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-2 - Evaluations 52.212-3 -- Offeror Representations and Certifications 52.212-1-Instructions to Offerors Hazmat Storage Locker Specifications COMBINED SYNOPSIS SOLICITATION 1. Notice. This is a combined synopsis/solicitation for commercial supplies prepared IAW the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Quotes are hereby requested. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. 2. Solicitation Number. This solicitation No. M67004-15-Q-1091 is being issued as a Request for Quotation. The solicitation incorporates all mandatory commercial item/service provisions and clauses as of Federal Acquisition Circular (FAC) 2005-83, dated 2 July 2015, and Defense Acquisition Circular (DAC) 20150626, dated 26 June 2015. See http://farsite.hill.af.mil/vffara.htm for this information. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. 3. NAICS. The North American Industrial Classification System (NAICS) code for this requirement is: 332311 Prefabricated Metal Building and Component Manufacturing The small business size standard is 500. This is a small business set-aside. 4. Receipt of Quotes. Quotes shall be electronically submitted to, and received by, BICmd by no later than 4:00 PM on Monday, September 14, 2015. Please direct to: JoAnna Lovett-Black, BICmd Contracting Officer, joanna.lovett-black@bic.usmc.mil, with a copy to: Steven K Wynne, Contract Specialist, steven.wynne@bic.usmc.mil 5. Requirement. The Government's requirement is for the fabrication of Hazardous Material Storage Lockers. 6. Description of Item. See attached document 7. FAR Provisions and Clauses. 8. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. 9. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 10. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition: 52.222-50 ALT1Combating Trafficking in Persons (Feb 2009) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-50 Alt I Combating Trafficking in Persons (Feb 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Jul 2013) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) 11. The following additional FAR and DFARS clauses are applicable to this acquisition: The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items-Alt I (May 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 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 addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2014) - See attached for the full text of this provision. 52.252-6 Authorized Deviations in Clauses (Apr 1984)(full text) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (End of clause) 52.252-5 Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.204-13 System for Award Management Maintenance (Jul 2013) (a) Definition. As used in this clause- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". "System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes- (1) Data collected from prospective Federal awardees required for the conduct of business with the Government; (2) Prospective contractor-submitted annual representations and certifications in accordance with FAR subpart 4.12; and (3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits. (b) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (c) (1) (i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support he legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract. (3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted- (i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov. 252.204-7004 Alternate A, System for Award Management (May 2013) As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7: (a) Definitions. As used in this clause- "System for Award Management (SAM) database" means the primary Government repository for contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern. "Registered in the System for Award Management (SAM) database" means that- (1) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; and (2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record "Active." 11. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 12. Quotes may be only e-mailed directly to JoAnna Lovett-Black, Contracting Officer, and Steven K. Wynne, Contract Specialist at joanna.lovett-black@bic.usmc.mil and steven.wynne@bic.usmc.mil, who are the sole designated E-mail addresses and inboxes for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable. E-mail quotes shall be in either Adobe or Microsoft Office format. Offerors are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. NOTE: The terms ‘quotes" and "offers" are used interchangeably as well as the terms "quoters" and "offerors". 13. In order to be awarded a contract by this office an offeror must be registered in the System for Award Management (SAM). Registration is free and can be made online at www.sam.gov. Note that you must have a Data Universal Numbering System (DUNS) Number before you can register. Failure to be SAM registered at time of award may delay the award and depending on the need of the government may be because to award to the next qualified best value offeror already registered. However, do not delay submitting your proposal pending confirmation of registration. Include your DUNS number and CAGE code along with your proposal as proof of active registration. Ensure your company's Representations and Certifications are current and up to date for this acquisition. Visit the SAM website to update or register your Online Representations and Certifications Application (ORCA) record.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M67004-15-Q-1091/listing.html)
 
Place of Performance
Address: 5880 Channel View Blvd, Jacksonville, Florida, 32226, United States
Zip Code: 32226
 
Record
SN03877518-W 20150911/150909235701-8e5e702ee65859f27e6202d4ec23ea99 (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.