Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2019 FBO #6530
SOLICITATION NOTICE

J -- Inspection, Cleaning, and Maintenance Services of Structural and Proximity Fire Fighting Protective Ensembles

Notice Date
10/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060420Q4003
 
Response Due
10/18/2019
 
Archive Date
11/2/2019
 
Point of Contact
Nelson Uehara 808-473-7681 nelson.uehara@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 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 N0060420Q4003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Publication Notice 20191001. 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 812332 and the Small Business Standard is $41.5 million. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing: Services shall be in accordance with the Performance Work Statement (PWS) and CLIN Structure for the inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE); each ensemble consists of one (1) Trouser and one (1) Jacket. An Individual Ensemble Element (IEE) consists of a single Trouser or Jacket element. The following are applicable to this solicitation: Attachment (1) PWS Attachment (2) CLIN Structure Attachment (3) Payment Instructions Attachment (4) FAR 52.212-3 and Alt I Attachment (5) Wage Determination 2015-5689 Revision 9 Attachment (6) Wage Determination 2015-5593 Revision 6 Attachment (7) Wage Determination 2015-4377 Revision 10 Attachment (8)Wage Determination 2015-4571 Revision 9 Attachment (9)Wage Determination 2015-5489 Revision 9 National Fire Protection Association (NFPA) 1851 Standard certificate shall be included with the quote submission. Quoters shall complete Attachments (2) and (4) prior to the deadline stated in this solicitation. Quotes not providing completed Attachments (2), (4) and NFPA 1851 Standard certificate may be deemed nonresponsive. Period of performance: One 12-month Base period with four 12-month Options. A 6-month extension in accordance with FAR 52.217-8 will also be evaluated at the time of award. Place of Performance is Contractor ™s Facilities. 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: 52.204-7 System for Award Management 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 52.212-1 Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018); 52.212-3 and its 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. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Equal Opportunity for Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Laundry Working, WG-7304-01, Step 2 (Hawaii)$14.76 $5.35 Laundry Working, WG-7304-01, Step 2 (Las Vegas, Nevada) $17.15 $6.22 Laundry Working, WG-7304-01, Step 2 (Central North Carolina)$12.62 $4.57 Laundry Working, WG-7304-01, Step 2 (Salt Lake Utah)$12.01 $4.35 Laundry Working, WG-7304-01, Step 2 (Hillsborough Florida)$11.01 $3.99 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management 52.232-36 Payment by Third Party 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.216-19 Order Limitations 52.216-21 Requirements 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Quoters shall include a completed copy of 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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.216-7006Ordering 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.232-7009Mandatory Payment by Governmentwide Commercial Purchase Card 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea--Basic Questions must be submitted by 11:00AM Hawaii Standard Time, Tuesday 15 October 2019. Questions shall be submitted electronically via email to nelson.uehara@navy.mil. This announcement will close at 11:00AM Hawaii Standard Time on Friday 18 October 2019. Submit quotes and required attachments to nelson.uehara@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using Lowest Price Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and lowest priced technically acceptable offer. 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, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060420Q4003/listing.html)
 
Record
SN05472764-W 20191012/191010230815-c8abd3ac36c527f9b928546cc9f1ce69 (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.