SOLICITATION NOTICE
H -- ON SITE REPAIR SERVICE
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883618Q0318
- Response Due
- 8/30/2018
- Archive Date
- 9/15/2018
- Point of Contact
- David Cheetham 904-790-4581 david.s.cheetham1@navy.mil
- E-Mail Address
-
david.s.cheetham1@navy.mil
(david.s.cheetham1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in in FAR Part 12 using Simplified Acquisition Procedures for commercial items found at FAR Part 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 N68836-18-Q-0318. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95_ and DFARS Publication Notice 20161222. 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 333517 and the Small Business Standard is 500 (# of employees). This is a competitive, Total Small Business Set Aside. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center-Jacksonville requests responses from qualified sources capable of providing: CLIN 0001 HAUSER GRINDER ON SITE REPAIR SERVICE IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK Period of performance: 15 SEP 2018 “ 30 NOV 2018; Place of performance: FLEET READINESS CENTER SOUTHEAST, BLDG 175 DOOR 9 NAVAL AIR STATION, JACKSONVILLE FL 32212-0103. 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: 52.233-4Applicable Law for Breach of Contract Claim. 52.233-3Protest after Award. 52.232-40Providing Accelerated Payments to Small Business Subcontractors. 52.225-13Restrictions on Certain Foreign Purchases. 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.222-50Combating Trafficking in Persons. 52.222-37Employment Reports on Veterans. 52.222-36Equal Opportunity for Workers with Disabilities. 52.222-35Equal Opportunity for Veterans. 52.222-26Equal Opportunity. 52.222-21Prohibition of Segregated Facilities. 52.219-28Post-Award Small Business Program Rerepresentation. 52.219-13Notice of Set-Aside of Orders. 52.212-4Contract Terms and Conditions-Commercial Items. 52.212-3Offeror Representations and Certifications-Commercial Items. - (Alternate I) - Alternate I 52.212-1Instructions to Offerors-Commercial Items. 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.209-10Prohibition on Contracting with Inverted Domestic Corporations. 52.204-23Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 52.204-22Alternative Line Item Proposal. 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards. 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. The following DFARS provision and clauses are applicable to this procurement: 252.244-7000Subcontracts for Commercial Items 252.243-7001Pricing of Contract Modifications. 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel. 252.232-7010Levies on Contract Payments. 252.232-7006Wide Area WorkFlow Payment Instructions. 252.232-7003Electronic Submission of Payment Requests and Receiving Reports. 252.225-7050Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. 252.225-7048Export-Controlled Items. 252.225-7031Secondary Arab Boycott of Israel. 252.225-7002Qualifying Country Sources as Subcontractors. 252.225-7001Buy American and Balance of Payments Program. 252.225-7000Buy American--Balance of Payments Program Certificate. 252.223-7008Prohibition of Hexavalent Chromium. 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.215-7013Supplies and Services Provided by Nontraditional Defense Contractors. 252.209-7004Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7008Compliance with Safeguarding Covered Defense Information Controls. 252.204-7006Billing Instructions. 252.204-7005Oral Attestation of Security Responsibilities. 252.204-7003Control of Government Personnel Work Product. 252.204-0002Line Item Specific: Sequential Acrn Order. 252.203-7005Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 252.203-7002Requirement to Inform Employees of Whistleblower Rights. 252.203-7000Requirements Relating to Compensation of Former DoD Officials Additional contract terms and conditions applicable to this procurement are: NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) This announcement will close at 5:00PM on 30 AUG 2018. Contact David Cheetham who can be reached at (904) 790-4581 or email david.s.cheetham1@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids and contractor past performance. 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e2e41c6b9a698eca73cdaf7f6605bf00)
- Place of Performance
- Address: FLEET READINESS CENTER SOUTHEAST, BLDG 175 DOOR 9, JACKSONVILLE, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN05052478-W 20180825/180823231256-e2e41c6b9a698eca73cdaf7f6605bf00 (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 |