Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

R -- GPS Consulting Services for the U.S. Naval Observatory (USNO)

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918QZ759
 
Response Due
8/29/2018
 
Archive Date
9/5/2018
 
Point of Contact
Bridget Blaney 215-697-9328
 
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 found at 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 N0018918QZ759. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20180629. 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Detachment Philadelphia requests responses from qualified sources capable of providing the following to the United States Naval Observatory (USNO): CLIN 0001 - GPS Consulting Services - 12 months CLIN 1001 - GPS Consulting Services (Option I) - 12 months CLIN 2001 - GPS Consulting Services (Option II) - 12 months CLIN 3001 - GPS Consulting Services (Option III) - 12 months CLIN 4001 - GPS Consulting Services (Option IV) - 12 months The NAICS code is 541990 and the Small Business Standard is $15 Million. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1, soliciting from a single source. 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. A detailed breakdown of the Government ™s requirement, including a copy of the Statement of Work (SOW) and applicable clauses and provisions, is included in the attached document. These contract requirements and terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Anticipated period of performance is 3 Sep 2018 through 2 Sep 2019. In addition to the base period, the anticipated purchase order will also include four (4), 12-month option periods. Place of performance is the contractor ™s facility, with the potential for performance at the Government ™s site in Washington, DC. F.O.B. Destination. Responsibility and Inspection: unless otherwise specified in the order, the contractor will be responsible for the performance of all inspection requirements and quality control. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 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/. Quoters are advised to include a completed copy of 52.212-3 and its ALT I with quotes or indicate within their submission that the provision can be found within the quoter ™s SAM registration. All clauses shall be incorporated by reference in the resultant purchase order, where possible. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information, see http://www.section508.gov. 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Within their responses, interested parties are encouraged to submit information on previously performed contracts or on-going contracts that are similar to the statement of work in the solicitation performed for Federal, State or local Governments; contracts with performance from the last 3 years is preferred. All responses to this notice shall be in writing via email to the point of contact identified herein. All quotes shall include price(s), 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. This announcement will close at 4:00 EST (local, Philadelphia time) on 29 Aug 2018. (The timeframe listed in this notice supersedes the closing timeframe in the attached document.) The point of contact for this notice is Bridget Blaney who can be reached at via email at bridget.blaney@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ759/listing.html)
 
Record
SN05061095-W 20180830/180828231933-25414ff132850643b8392548c8a080ca (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.