Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SOLICITATION NOTICE

V -- Bus Shuttle Service Rental

Notice Date
2/4/2016
 
Notice Type
Cancellation
 
NAICS
485510 — Charter Bus Industry
 
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
N6247816RCF30
 
Response Due
2/5/2016
 
Archive Date
2/20/2016
 
Point of Contact
Eileen Park 808-473-7666
 
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. The RFQ number is N00604-16-T-3040. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- 86 and DFARS Publication Notice 20151230. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 485510 and the Small Business Standard is $15 Million. The proposed contract action is unrestricted and the Small Business Office concurs with this solicitation. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following service: Contract Line Item Number. 0001 Unit: 1 Unit of Issue: Job Description: Shuttle Bus Services from February 8, 2016 to February 17, 2016. SEE ATTACHED BUS SCHEDULE FOR LOCATION, TIMES, AND QUANTITY. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications 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 52.219-28, 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 52.222-36, Affirmative Action for Workers w/Disabilities 52.222-50, Combating 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- SAM 52.232-36, Payment by Third Party 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relations to Iran 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 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 52.252-1 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 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System For Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 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 252-209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability Fiscal Year 2016 Appropriations 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export- Controlled Items 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Offerors shall include a completed copy of the attached DFARS Class Deviation Form with quotes. This announcement will close at 10:00am Hawaii Time on Friday, February 5, 2016. The resultant contract will be firm-fixed-price, and award will be based on low price technically acceptable. Offerors shall email quotes to the Purchasing Agent, Ms. Sung Park at sung.h.park@navy.mil. Offerors must be registered with SAM to be considered for award. Questions shall be submitted to Ms. Park via email only no later than 8:00am Hawaii Time on Friday, February 5, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N6247816RCF30/listing.html)
 
Place of Performance
Address: 400 MARSHALL ROAD
Zip Code: , PEARL HARBOR, HI
 
Record
SN04009597-W 20160206/160204234541-1f16b2061eb39e5f74d8dc49fcce117a (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.