Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2018 FBO #6121
SOLICITATION NOTICE

W -- Office Furniture Lease

Notice Date
8/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
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
N6883618Q0353
 
Response Due
8/30/2018
 
Archive Date
9/15/2018
 
Point of Contact
David Cheetham 904-790-4581
 
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-0353. 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 532420 and the Small Business Standard is 32.5 (millions of dollars). This is a competitive, Total Small Business Set Aside. The Small Business Office concurs with the set-aside decision. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center “ Jacksonville requests responses from qualified sources capable of providing: CLIN 0001 “ Leased Furniture in accordance with the attached Statement of Work and Technical Exhibits 1/EA The following Attachments are included in this synopsis and are thereby made part of this Combined Synopsis/Solicitation: (1)Statement of Work (SOW) (2)TE 1 6F Office Layout (3)TE 2 6G Office Layout Period of performance is 15 SEP 2018 “ 14 SEP 2019; Delivery Location is FLEET READINESS CENTER SOUTHEAST, 101 WASP STREET, JACKSONVILLE FL 32212-0016 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: 52.204-13 “ System for Award Management Maintenance, as prescribed in FAR 4.1105(b) 52.204-16 --Commercial and Government Entity Code Reporting, as prescribed in FAR 4.1804(a) 52.204-17 Ownership or Control of Offeror, as prescribed in FAR 4.1804(b) 52.204-18 Commercial and Government Entity Code Maintenance, as prescribed in FAR 4.180(c) 52.204-19 - Incorporation by Reference of Representations and Certifications, as prescribed in FAR 4.1202(b) 52.204-7 - System for Award Management, as prescribed in FAR 4.1105(a)(1) 52.207-5 -- Option to Purchase Equipment, as prescribed in FAR 7.404 52.209-11 “ Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, as prescribed in FAR 9.104-7(d) 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation, as prescribed in FAR 9.108-5(a) 52.211-8 -- Time of Delivery, as prescribed in FAR 11.404(a)(2) 52.211-9 -- Desired and Required Time of Delivery, as prescribed in FAR 11.404(a)(3) 52.212-1 -- Instructions to Offerors -- Commercial Items, as prescribed in FAR 12.301(b)(1) 52.212-3 (ALT 1) -- Offeror Representations and Certifications -- Commercial Items, as prescribed in FAR 12.301(b)(2) 52.212-4 -- Contract Terms and Conditions -- Commercial Items, as prescribed in FAR 12.301(b)(3) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, as prescribed in FAR 12.301(b)(4) 52.219-28 “ Post-Award Small Business Program Rerepresentation, as prescribed in FAR 19.309(c) 52.219-6 -- Notice of Total Small Business Set-Aside, as prescribed in FAR 19.508(c) 52.222-21 -- Prohibition of Segregated Facilities, as prescribed in FAR 22.810(a)(1) 52.222-22 -- Previous Contracts and Compliance Reports, as prescribed in FAR 22.810(a)(2) 52.222-25 -- Affirmative Action Compliance, as prescribed in FAR 22.810(d) 52.222-26 -- Equal Opportunity, as prescribed in FAR 22.810(e) 52.222-3 -- Convict Labor, as prescribed in FAR 22.202 52.222-36 “ Equal Opportunity for Workers With Disabilities, as prescribed in FAR 22.1408(a) 52.222-50 -- Combating Trafficking in Persons, as prescribed in FAR 22.1705(a)(1) 52.223-18 “ Encouraging Contractor Policies to Ban Text Messaging While Driving, as prescribed in FAR 23.1105 52.223-5 -- Pollution Prevention and Right-to-Know Information, as prescribed in FAR 23.1005 52.225-13 -- Restrictions on Certain Foreign Purchases, as prescribed in FAR 25.1103(a) 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications, as prescribed in FAR 25.1103(e) 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management, as prescribed in FAR 32.1110(a)(1) 52.232-39 “ Unenforceability of Unauthorized Obligations, as prescribed in FAR 32.706-3 52.232-40 “ Providing Accelerated Payments to Small Business Subcontractors, as prescribed in FAR 32.009-2 52.233-1 -- Disputes 52.233-3 -- Protest After Award (all contracts) 52.233-4 -- Applicable law for Breach of Contract Claim (ALL Contracts) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, as prescribed in FAR 37.110(b) 52.246-1 -- Contractor Inspection Requirements, as prescribed in FAR 46.301 52.247-34 “ FOB Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference, as prescribed in FAR 52.107(a) 52.252-2 -- Clauses Incorporated by Reference, as prescribed in FAR 52.107(b) 52.252-5 -- Authorized Deviations in Provisions, as prescribed in FAR 52.107(e) 52.252-6 -- Authorized Deviations in Clauses, as prescribed in FAR 52.107(f) Quoters shall includea completed copy of FAR 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: The following DFARS Clauses and Provisions: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, as prescribed in DFARS 203.171-4(a) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970 252.203-7005 Representation Relating to Compensation of Former DoD Officials, as prescribed in DFARS 203.171-4(b) 252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b) 252.204-7004 Alternate A, System for Award Management, as prescribed in DFARS 204.1105 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, as prescribed in DFARS 204.7304(b) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, as prescribed in DFARS 204.7304 252.204-7015 Disclosure of Information to Litigation Support Contractors, as prescribed in DFARS 204.7403(c) 252.211-7008 Use of Government-Assigned Serial Numbers, as prescribed in DFARS 211.274-6(c) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials, as prescribed in DFARS 223.7106 and 223.7106(a) 252.223-7008 Prohibition of Hexavalent Chromium, as prescribed in DFARS 223.7306 252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, as prescribed in DFARS 232.7004(a) 252.232-7006, Wide Area WorkFlow Payment Instructions, as prescribed in DFARS 232.7004(b) 252.232-7010 Levies on Contract Payments, as prescribed in DFARS 232.7102 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications, as prescribed in DFARS 243.205-70 252.244-7000 Subcontracts for Commercial Items, as prescribed in DFARS 244.403 The following NMCARS Clauses and Provisions: SUPTXT204-9400(1-17) Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems SUPTXT243-9400 (1-92) Authorized Changes Only by the Contracting Officer The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Procedures in FAR 13.106 are applicable to this procurement. The Government will make a single award using the low price technically acceptable (LPTA) source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. To be determined technically acceptable, an Offeror must submit a quote that does not take exception to any terms of the solicitation. The Contracting Officer will use the following rating table: RatingDescription AcceptableQuote does not take exception to any term of solicitation and therefore clearly meets the requirements of the solicitation. UnacceptableQuote takes exception to a solicitation term(s) and therefore does not clearly meet the requirements of the solicitation. Pricing will be evaluated based on total price provided in a fully completed price proposal (see 52.212-1). Failure to furnish the price quote in accordance with the instructions above shall render the quote unacceptable. 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. This announcement will close at 5:00PM EDT on 30 AUG 2018. Contact David Cheetham who can be reached at 904-790-4581 or email david.s.cheetham1@navy.mil. All questions must be received no later than8:00AM EDT on 29AUG2018. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24641fa58d0511c9942405087a7d9884)
 
Place of Performance
Address: FLEET READINESS CENTER SOUTHEAST, 101 WASP STREET, Jacksonville, FL
Zip Code: 32212
 
Record
SN05056697-W 20180827/180825230050-24641fa58d0511c9942405087a7d9884 (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.