Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOLICITATION NOTICE

J -- Maintenance of Cornet Technology Digital Patch Panels

Notice Date
5/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
N0060418Q4038
 
Point of Contact
Christine Teramoto 808-473-7581
 
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 under 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060418Q4038. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- 97and DFARS Publication Notice 20180504. 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 811213 and the Small Business Standard is $11M. 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)(ii). 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 acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: 0001- Maintenance of Cornet Technology digital patch panels for the Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC) to include Return Material Authorizations and 24/7 phone support. The Period of Performance is 01 July 2018 through 30 June 2019. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 “ 52.212-3 Alt 1 Reps and Certs A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 1. The following FAR provision and clauses are applicable to this procurement: 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation 52.204-7System for Award Management 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18CAGE Maintenance 52.212-1Instructions to Offerors 52.212-4Contract Terms and Conditions ”Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers w/Disabilities 52.222-50Combatting Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchase 52.232-33Payment by Electronic Funds Transfer 52.222-53Exemption from Application of the SCLS to Contracts for Certain Services ”Requirements 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors Provisions Incorporated by Reference 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 this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Provision) 52.252-2Clauses Incorporated by Reference 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 address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DOD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea Questions regarding this announcement must be submitted by 1500 PM HST on Wednesday, 30 May 2018. This announcement will close at 1100 AM HST on Friday, 01 June 2018. All responsible sources may submit a quote to Christine Teramoto at christine.teramoto@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. Price will be a significant factor in the evaluation of offers; however, the final contract award will be based on a combination of price, technical acceptability, and a determination of responsibility. 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. 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/N0060418Q4038/listing.html)
 
Record
SN04935817-W 20180531/180529230547-6f8929a08971f50df82635b606f07bca (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.