Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
SOLICITATION NOTICE

J -- GALLEY EQUIPMENT REPAIRS

Notice Date
8/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018916T0085
 
Response Due
8/24/2016
 
Archive Date
2/24/2017
 
Point of Contact
WILLIAM SPENCER 757-443-1391
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N00189-16-T-0085. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 (effective 14 July 20160) and DFARS Publication Notice 20160630 (effective 30 June 2016). 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 811412 and the Small Business Standard is $15M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. The Naval Supply Systems Command Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing repairs of various galley food service, preparation and storage equipment; Repair and replacement of under-counter reefers, walk-in reefers, stand-up reefers, vegetable sinks, pot and pan sinks, mixers, ovens, kettles, thaw boxes; Diagnoses of inoperable reefers, pressure washer, wardroom CFC, ice machines, ice-cream machines, scullery garbage grinder and under-counter reefers. For complete details of work requested, please refer to attached Statement of Work (SOW). If the SOW will not download, contact William Spencer via email at William.p.spencer@navy.mil and a copy will be emailed. A MANDATORY site visit is scheduled for 9 AM EST TUESDAY AUGUST 16, 2016 at the following location: USS MESA VERDE (LPD 19), Naval Station Norfolk, Norfolk Virginia, Pier 9. All vendors interested in attending the site visit must contact the Contract Specialist by email at William.p.spencer@navy.mil NO LATER THAN 2 PM EST WEDNESDAY AUGUST 10, 2016 to provide their company name, name of representative that will be attending and contact number for the representative. All vendors are required to have Naval Base and Pier access. All questions pertaining to tasks required may be asked during the site visit. However, all questions must be submitted NO LATER THAN 9 AM EST THURSDAY AUGUST 17, 2016. Vendors not present for the site visit will not be considered. The Period of Performance is to be determined after the site visit. An amendment will be released after the site visit specifying the period of performance for this requirement. The U.S. Department of Labor Wage Determination No. 2015-4341, Revision No. 2, dated 29 December 2015 applies to this requirement. Please review the following applicable attachments: I.Statement of Work II.Wage Determination No. 2015-4341 Revision No. 2 dated 12/29/2015 Referenced below are the federal recognized holidays. The contractor is generally not required to provide services on these days: New Year ™s Day Martin Luther King Jr. ™s Birthday President ™s Day Memorial Day Independence Day Labor Day Columbus Day Veteran ™s Day Thanksgiving Day Christmas Day 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 these addresses: http://farsite.hill.af.mil/vffara.htm (FAR clauses) http://farsite.hill.af.mil/vfdfara.htm (Defense Federal Acquisition Regulation Supplement (DFARS) clauses) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these addresses: http://farsite.hill.af.mil/vffara.htm (FAR clauses) http://farsite.hill.af.mil/vfdfara.htm (DFARS clauses) The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management (Jul 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) 52.212-3 Offeror Representations and Certifications “ Commercial Items (July 2016) Alternate I (OCT 2014) Quoters shall include a completed copy of 52.212-3 “ Offeror Representations and Certifications “ Commercial Items (July 2016) Alternate I (2014) with quotes. All clauses shall be incorporated by reference in the order as shown. 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Jun 2016) The Contractor shall comply with the below FAR clauses identified in FAR 52.212-5 which are being incorporated in the contact by reference to implement provisions of law or Executive orders applicable to the acquisition of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Heating, Ventilation And Air-Conditioning Mechanic $20.45 52.222-50 Combatting Trafficking in Persons (Mar 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) 52.223-18 Encouraging Contractor policies 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 “ System for Award Management (July 2013) 52.232-36 Payment by Third Party (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2014) (End) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “ Reps and Certs (Oct 2015) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34 FOB Destination (Nov 1991) Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating To Compensation of Former DoD Officials (Nov 2011) 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 (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Dec 2015) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2016 Appropriations (Dev 2016 O0002 Oct 2015) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports (June 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) The following NAVSUP clauses are applicable to this requirement: NAVSUP Clause 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, IT Systems, or Protected Health Information (July 2016) NAVSUP Clause 5252.243-9400 Authorized Changes by the KO (Feb 2008) This announcement will close at 2 PM EST WEDNESDAY AUGUST 24, 2016. All responsible sources may submit a quote to William Spencer who can be reached at 757-443-1391 or email william.p.spencer@navy.mil NO LATER THAN 2 PM EST WEDNESDAY AUGUST 24, 2016. 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. The Government intends to issue a single award Firm Fixed Price type contract from the solicitation to that responsible quoter whose quote will be most advantageous to the Government considering only price. 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, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Statement of Work. 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/N00189/N0018916T0085/listing.html)
 
Place of Performance
Address: USS MESA VERDE (LPD 19), Naval Station Norfolk, Norfolk Virginia, Pier 9, Norfolk, VA
Zip Code: 23511
 
Record
SN04207718-W 20160805/160803235222-99268bb92c11d428b802b9b4b9d46bd4 (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.