SOLICITATION NOTICE
D -- Rapid Emergency Notification - SOLICITATION - SOLICITATION ATTACHMENTS
- Notice Date
- 9/12/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Pearl Harbor Naval Shipyard (PHNSY) and IMF, 667 Safeguard St, STE 500, Code 400, Pearl Harbor, Hawaii, 96860-5023, United States
- ZIP Code
- 96860-5023
- Solicitation Number
- N32253-19-Q-0080
- Archive Date
- 10/4/2019
- Point of Contact
- Jewel-Leesa Ichinose, Phone: 80847380006806
- E-Mail Address
-
jewelleesa.ichinose@navy.mil
(jewelleesa.ichinose@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DOL WAGE DETERMINATION PERFORMANCE WORK STATEMENT SOLICITATION 1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and additional notice will not be issued. This Acquisition shall be set aside for Small Business. 2. Solicitation N32253-19-Q-0080 is being issued as a Request for Quotes (RFQ) for a Firm-Fixed-Price contract for Preventative Maintenance in accordance with the items description, Performance work statement, and Maintenance Requirement Card. 3. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). 4. This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 518210 applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $32,500,000.00. The Product Service Code is D304. 5. Priced CLIN's - See attached solicitation document. 6. Description of supplies: (see attached solicitation and Performance work statement, and Maintenance Requirement Card) 7. Requested start Period of performance date: 9/26/2019 8. FAR Clauses 52.212-1, 52.212-2 and 52.212-4 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The following addenda apply to these clauses: 52.212-1 - the NAICS code is listed in paragraph # 4 above. 9. FAR Clause 52.212-5 applies to this procurement. A completed copy is attached showing the applicable clauses. 10. Offers are due on 19 September2019, no later than 07:00 AM Hawaii Time. 11. Scope of Work: Please see attached solicitation document and Performance work statement, and Maintenance Requirement Card. 12. The solicitation is issued via Internet only on Feb Biz Opps Website at http://www.fbo.gov. It is the contractors' responsibility to check the above-listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. 13. Quotes will be evaluated as follows: Price & Delivery ‐ Instruction: Vender to provide lowest possible price and include shipping costs while offering the best possible lead time. ‐ Parameters: Lowest price quoted when compared against all quotes received. Technically capability of the item offered to meet Government requirements ‐ Instructions: to confirm that they can provide material in accordance with item description and drawing. If not able to confirm that product can be produced identically to item description & drawing, vender to provide data/spec sheet & capability statement. ‐ Parameters: Spec sheet and capability statement will be evaluated by the customer for review and acceptance. If deemed unacceptable, a justification will be provided to vender. Past Performance ‐ Instruction: Complete page 3 of the solicitation with all available information and return a signed copy to confirm that all information provided is valid and current. ‐ Parameters: 13.106-2(b)(3)(ii)(C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov as well as Suppliers Performance Risk System (SPRS) will be reviewed using the vender cage code and the FSC for the contract. Past performance will be determined to be acceptable if vender's supplier risk score (according to the SPRS/PPIRS report) is in or above the "Green"; any score below green will be determined as unacceptable. lack of past performance will not be evaluated favorably or unfavorably. And, in the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable". Technical and past performance, when combined, are significantly less important than price. Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this solicitation. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this solicitation you shall not proceed with the change and shall immediately notify the Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N47456/N32253-19-Q-0080/listing.html)
- Record
- SN05442383-W 20190914/190912231157-7ff8d75e6651e0f6cc174363a56d66bd (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 |