SOLICITATION NOTICE
25 -- Extended Platform With toolbox and side rails
- Notice Date
- 5/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- 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
- N0060416T3103
- Response Due
- 5/25/2016
- Archive Date
- 6/9/2016
- Point of Contact
- Frederick Ray 808-473-7614
- 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 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. The RFQ number is N00604-16-T-3103. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160510. It is the responsibility of the vendor 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 proposed contract is unrestricted. The Small Business Office concurs with this solicitation. The NAICS code is 336211 and the Small Business Standard is 1,000 employees. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following under a Firm Fixed Priced (FFP) supply type contract: Line ItemDescriptionExtended DescriptionUnit of IssueQuantity 0001Extended platformIn accordance with specification Group1 With toolbox and side below rails Required delivery date is June 30, 2016 FOB Destination Address: MDSU-1 Attn: LT Michael May Bldg 17 Bishop Point Pearl Harbor, HI 96860-5006 Offerors shall submit with their quote a drawing/design of the extended platform bed that meets the minimum specifications below. Vehicle details: 2004 Silverado 2500HD LB, Crew Cab manufactured for the US Military by GMC SPECIFICATIONS 1. An extended bed with side rails. 2. Holes cut in the side rails no less than 1 inch and no more than 2 inches, with a diameter of inch up to 1 inch. 3. Extended bed width no greater than 48 inches and no less than 45 inches 4. Length no shorter than 85 inches and no longer than 90 inches. 5. Slide Rail assembly must hold no less than 3,000 lbs fully extended. 6. Extended bed must be able to roll on rail assembly and hold no less than 3,000 lbs fully extended. 7. Extended bed must be able to lock in place at 36 inch intervals until fully extended at 99 inches utilizing a single point activation locking mechanism. 8. Extended bed must be covered or inlayed with plywood and coated with a non-sparking durable coating bed liner type material. 9. A 6-drawer tool box no less than 45 inches in width and no greater than 48 inches in width and no greater than 20 inches in height. One 10 inch depth drawer and Two 5 inch depth drawer (stacked) on starboard side. One 10 inch depth drawer and two 5 inch depth drawer (stacked) on port side; that can hold no less than 300 lbs fully extended and accessibility on both port and starboard side. Each drawer must have a push button locking mechanism. 10. The 6-drawer tool box must be built onto the forward part of the extended bed. 11. The total height of the slide rail assembly, extended bed, and toolbox combined height can t be greater than 34 inches. The following FAR provisions and clauses by reference are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors 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: 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-28 Post Award Small Business Program Representation 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 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 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference The following DFARS provisions and clauses by reference are applicable to this procurement: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 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) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 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 252.247-7023 Transportation of Supplies by Sea The following FAR and DFARS provisions by full-text are applicable to this procurement: 52.204-17 Ownership or Control of Offeror (Nov 2014) (a) Definitions. As used in this provision Commercial and Government Entity (CAGE) code means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as an NCAGE code. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates has in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:________________________________________ Immediate owner legal name:_________________________________________ (Do not use a doing business as name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates yes in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:________________________________________ Highest level owner legal name:_________________________________________ (Do not use a doing business as name) (End of provision) 52.204-20 Predecessor of Offeror (Apr 2016) (a) Definitions. As used in this provision-- Commercial and Government Entity (CAGE) code means (1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by NATO s Support Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Contractor and Government Entity (CAGE ) Branch records and maintains in the CAGE master file. This type of code is known as an NCAGE code. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term successor does not include new offices/divisions of the same company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated is in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark Unknown ). Predecessor legal name: ______________________________. (Do not use a doing business as name). (End of provision) 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Oct 2015) (a) Definitions. As used in this provision-- Person-- (1) Means-- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. Sensitive technology (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror-- (1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Irans ability to acquire or develop certain weapons or technologies; and (3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC s Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf ). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if (1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address(es): _____________________________________________________________________ _____________________________________________________________________ [Insert one or more Internet addresses] (End of Provision) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) 252.203-7996 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.204-7011 Alternative Line Item Structure (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror s practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample line item structure and a proposed alternative structure are as follows: Solicitation: ITEM NO.SUPPLIES/SERVICEQUANTITYUNITUNIT PRICEAMOUNT 0001Computer, Desktop with CPU, Monitor, Keyboard and Mouse 20EA Alternative line item structure offer where monitors are shipped separately: ITEM NO.SUPPLIES/SERVICEQUANTITYUNITUNIT PRICEAMOUNT 0001Computer, Desktop with CPU, Keyboard and Mouse20 EA 0002Monitor20EA (End of provision) Offerors are reminded to include a completed copy of FAR 52.212-3 ALT I and 52.209-11 with quotes. This announcement will close at 12:00 p.m. Hawaii Standard Time (HST) Wednesday, May 25, 2016. All quotes must be submitted via email only, to Frederick.ray@navy.mil. Please post questions to the email provided NLT 12:00 p.m. HST, Monday, 05/23/2016. 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), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3103/listing.html)
- Record
- SN04121992-W 20160521/160519234006-c8caa96c3516b0651de83a3761563a4e (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 |