SOLICITATION NOTICE
R -- Electronics Engineering Services for the United States Naval Observatory (USNO)
- Notice Date
- 6/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018918QZ480
- Response Due
- 6/11/2018
- Archive Date
- 6/18/2018
- Point of Contact
- Bridget Blaney 215-697-9628
- Small Business Set-Aside
- Total Small Business
- 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 N0018918QZ480. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-98 and DFARS Publication Notice 20180514. 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 541330 and the Small Business Standard is $15 Million. The proposed contract is 100% set aside for small business concerns. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia requests responses from qualified sources capable of providing the following: electronic engineering services for the United States Naval Observatory (USNO) for a 12-month period: CLIN 0001 - Electronics Engineering Services 12 Months Firm-fixed-price (FFP) Services are required for a 12-month period of performance. The place of performance is Naval Observatory, Flagstaff Station (NOFS) in Flagstaff, AZ 86005. 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: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 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 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items 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 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) ------------------ Quoters are reminded to include a completed copy of 52.212-3 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.227-7015 Technical Data--Commercial 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 252.232-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.239-7017 Notice of Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations This announcement will close at 10:00 AM EST on Monday, 11 Jun 2018. Contact Bridget Blaney who can be reached at 215-697-9628 or email at bridget.blaney@navy.mil. It is requested that any questions regarding this solicitation be submitted in writing. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall be submitted via email to the above-listed point of contact. 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 by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Attached is a copy of the Statement of Work and all requirements applicable to this solicitation. Note: The attachment indicates a submission timeframe in variance with this posting; all quotes shall be submitted by 10:00 AM EST on Monday, 11 Jun 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ480/listing.html)
- Place of Performance
- Address: 10391 W. Naval Observatory Rd., Flagstaff, AZ
- Zip Code: 86005
- Zip Code: 86005
- Record
- SN04944693-W 20180607/180605231338-07bee236a72ee3030cf8861cf5b33a19 (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 |