Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
MODIFICATION

J -- T-44C Cabin Interior Refurbishment Services

Notice Date
1/9/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
Naval Air Station Jacksonville, Jacksonville, FL 32212
 
ZIP Code
32212
 
Solicitation Number
N68836-18-Q-0051
 
Response Due
1/9/2018
 
Archive Date
7/8/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68836-18-Q-0051 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 811420 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-01-09 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The FLC - Jacksonville requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: CLIN 0001, Base Year: The Contractor shall perform T-44C Cabin Interior Refurbishment Services of individual components at the prices set forth in Technical Exhibit One (1), Table One (1) and in accordance with the Performance Work Statement (PWS). The amount established for this CLIN is $ TBD EST. This is the maximum amount reimbursable under this contract line item. This amount shall only be exceeded at the Contractor ™s own risk and the Government shall not be liable for costs incurred above the funded amount. Task orders will be issued., 1, Lot; LI 002: CLIN 1001, Option 1: The Contractor shall perform T-44C Cabin Interior Refurbishment Services of individual components at the prices set forth in Technical Exhibit One (1), Table One (1) and in accordance with the Performance Work Statement (PWS). The amount established for this CLIN is $ TBD EST. This is the maximum amount reimbursable under this contract line item. This amount shall only be exceeded at the Contractor ™s own risk and the Government shall not be liable for costs incurred above the funded amount. Task orders will be issued., 1, Lot; LI 003: CLIN 2001, Option 2: The Contractor shall perform T-44C Cabin Interior Refurbishment Services of individual components at the prices set forth in Technical Exhibit One (1), Table One (1) and in accordance with the Performance Work Statement (PWS). The amount established for this CLIN is $ TBD EST. This is the maximum amount reimbursable under this contract line item. This amount shall only be exceeded at the Contractor ™s own risk and the Government shall not be liable for costs incurred above the funded amount. Task orders will be issued., 1, Lot; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Contracting Officer ADDRESS: 110 Yorktown Avenue, Bldg., 110, Third Floor NAS Jacksonville, FL 32212 TELEPHONE: (904) 790-4968 This requirement falls within the scope of the Service Contract Act, FAR Subpart 22.10. Pursuant to Federal Acquisition Regulation (FAR) CLAUSE 52.222-41, Service Contract Act of 1965, as amended. The wage determination will be based on the successful offeror ™s performance location. The US Department of Labor Register can be found at: http://www.wdol.gov 52.203-3 Gratuities; 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions; 52.203-12 Limitation On Payments To Influence Certain Federal Transactions; 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-4 Printed Or Copied Double-Sided On Postconsumer Fiber Content Paper; 52.204-7 System For Award Management; 52.204-13 System For Award Management 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 Representation And Certifications; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms And Conditions -- Commercial Items; 52.217-5 Evaluation Of Options; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-18 Availability of Funds; 52.232-39 Unenforceability Of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alternate A, System For Award Management; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.204-7015 Disclosure Of Information To Litigation Support Contractors; 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System ”Statistical Reporting in Past Performance Evaluations; 252.222-7007 Representation Regarding Combating Trafficking in Persons; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests For Equitable Adjustment; 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts); 252.247-7023 Transportation Of Supplies By Sea 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation; 52.204-17 Ownership or Control of Offeror, 52.209-1 Qualification Requirements; 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations -- Representation; 52.209-5 Certification Regarding Responsibility Matters; 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law; 52.212-2 Evaluation -- Commercial Items; Addendum to 52.212-2 Evaluation Factors For Award; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items; 52.216-19 Order Limitations; 52.216-21 Requirements; 52.217-9 Option To Extend The Term Of The Contract; 52.219-1 Small Business Program Representations, Alternate I; 52.219-28 Post-Award Small Business Program Representation; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.233-2 Service Of Protest; 52.246-11 Higher-Level Contract Quality Requirement; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011 Alternative Line-Items Structure; 252.216-7006 Ordering; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7006 Wide Area Workflow Payment Instructions No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The vendor must be actively registered with the NAICS code of 811420 at the time of closing to be considered for award of any resulting contract. Failure to be properly registered at the time and date of closing will render the quote non-responsive. Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price and technical capability considering past performance. SEE ATTACHMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74aef2572d65c48e1ecaffe5de990d0b)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04785177-W 20180111/180109231418-74aef2572d65c48e1ecaffe5de990d0b (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.