SOLICITATION NOTICE
20 -- Mobile Diving and Salvage Unit 1 Sponson
- Notice Date
- 4/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- 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
- N0060416T3068
- Response Due
- 4/15/2016
- Archive Date
- 4/30/2016
- Point of Contact
- Timothy Niitani 808-473-7625
- E-Mail Address
-
timothy.niitani1@navy.mil
(timothy.niitani1@navy.mil)
- 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 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 N0060416T3068. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160325. 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 336612 and the Small Business Standard is 1000. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii15). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the set-aside decision. The NAVSUP FLC Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001: Zodiac MILPRO Hurricane H753 part#TJ753A020-G: Grey five chamber air holding collar with five MIRADA 3.5 psi pressure relief valve quantity, auto inflate attachment points, heavy duty dressing, lifeline on dring, grey inboard line, boat hooks with storage patches, four tube handle, two mooring rings, four pairs of thread master style step threads, paddle storage patch for type C sets, and three full and two partial rows of black grooved rub strake. Quantity: 3ea CLIN 0002: Lace cuffs to make tube bow skirt ready. Quantity: 30ft Expected date of delivery is 10SEP16; Delivery Location is: Mobile Diving Salvage Unit One, BLDG 17 Bishop Pt, JBPHH, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.204-7 System for Award Management (July 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13 SAM Maintenance (July 2013) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items, use with its ALT I, when a time and materials contract is anticipated; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items. 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 (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (April 2015) 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 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 ” Representation (Dev 2016-O0003) Oct 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 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 252.211-7003 Item Identification and Valuation (Dec 2013) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts) 252.247-7023 Transportation of Supplies by Sea (April 2014) This announcement will close at 1600 PST on 15 APR 2016. Contact Timothy Niitani who can be reached at (808)473-7625 or email timothy.niitani1@navy.mil. 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. 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 - a combination of price and technically acceptability. Award will be made to the lowest priced, technically acceptable quoter. 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. Quotes over 10 pages in total will not be accepted. 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/N0060416T3068/listing.html)
- Place of Performance
- Address: Mobile Diving Salvage Unit One,
- Zip Code: BLDG 17 Bishop Pt
- Zip Code: BLDG 17 Bishop Pt
- Record
- SN04079298-W 20160413/160411233921-55edad70310aefea1992cd347877b053 (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 |