Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2020 SAM #6677
SOLICITATION NOTICE

J -- Force Protection Equipment Maintenance

Notice Date
3/9/2020 11:58:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4015
 
Response Due
3/13/2020 12:00:00 AM
 
Archive Date
03/31/2020
 
Point of Contact
Troy Wong, Contract Specialist 808-473-7532
 
E-Mail Address
troy.wong1@navy.mil
(troy.wong1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT NO. 4 The solicitation�s due date has been extended to 14:00 PM (Hawaii Standard Time) on 13 March 2020. See attachment �QA Responses� for a list of the Government�s responses to questions received. See attachment �Revised Performance Work Statement (PWS)� for changes to device counts. All other terms and conditions of the solicitation has remained unchanged. AMENDMENT NO. 3 The solicitation�s due date has been extended to 14:00 PM (Hawaii Standard Time) on 12 March 2020. All other terms and conditions of the solicitation has remained unchanged. AMENDMENT NO. 2 The solicitation�s due date has been extended to 14:00 PM (Hawaii Standard Time) on 6 March 2020. All other terms and conditions of the solicitation has remained unchanged. AMENDMENT NO. 1 The solicitation�s due date has been extended to 14:00 PM (Hawaii Standard Time) on 2 March 2020. All other terms and conditions of the solicitation has remained unchanged. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under 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 BETA.SAM.GOV and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4015. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-02 and DFARS Publication Notice 20190531. 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 561621 and the Small Business Standard is $22.0 Million. This is a competitive, small-business restricted action. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests quotes from qualified sources capable of providing system upgrades, quarterly routine, and emergency maintenance for all of NSWG1 Detachment Guam compound�s force protection equipment. CLIN Descriptions CLIN 0001 � Force Protection Equipment System Maintenance, Qty 4, U/I: Quarter (Time) CLIN 0002 � Force Protection Equipment System Upgrade, Qty: 1, U/I: Group CLIN 1001 � Option Year 1 Force Protection Equipment System Maintenance, Qty 4, U/I: Quarter (Time) CLIN 2001 � Option Year 2 Force Protection Equipment System Maintenance, Qty 4, U/I: Quarter (Time) CLIN 3001 � Option Year 3 Force Protection Equipment System Maintenance, Qty 4, U/I: Quarter (Time) Delivery: CLIN 0001: Period of Performance shall be for 12 months After Date of Contract (ADC) CLIN 0002: No later than 120 Days ADC. CLIN 1001: Period of Performance shall be for 12 months CLIN 2001: Period of Performance shall be for 12 months CLIN 3001: Period of Performance shall be for 12 months Delivery Locations: Refer to the attached PWS. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Payment: This requirement will result in a Firm-Fixed Price (FFP) purchase order. The method of payment will be Wide Area Work Flow (WAWF) Attachments: 1. Performance Work Statement (PWS) 2. Wage Determination #2015-5693 Revision #10 3. Far 52.212-3 AND Alt I Offeror Representations and Certifications. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by fill out �N/A� in paragraph b. FAR Provisions and Clauses: The following provisions and clauses incorporated by reference are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offerors�Commercial Items (DEVIATION 2018-O0018) 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 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards. 52.222-42 Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Electronics Worker, WG-2604-08 Step 2 $23.10 per hour - $8.37 per hour 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20 Aerosols 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contra 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Additional Provisions and Clauses: Additional provisions and clauses incorporated by reference are applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Antiterrorism Awareness Training for Contractors 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.211-7003 Item unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea--Basic Site Visit: If requested, the government may conduct a site visit for prospective Offerors. Interested Offerors shall contact Troy Wong at 808-473-7532 and provide on company letter head the names of personnel requesting to attend the site visit to email troy.wong1@navy.mil by 14:00 PM Hawaii Time on 19 February 2020. Method of Award: Award of the contract resulting from this solicitation will be made to the responsible Offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price. The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer. The Offeror�s technical acceptability will be evaluated against the requirements in the Performance Work Statement. The Offeror�s quote must clearly state that all services will be provided as requested and they do not take any exceptions to the Statement of Work requirements in their entirety. Technical Acceptability will be rated on an �acceptable� or �unacceptable� basis using the ratings in the table below. Technically Acceptable/Unacceptable Ratings: Acceptable Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation. Announcement Close Time and Date: This announcement will close at 14:00 PM (Hawaii Standard Time) on 13 March 2020. Contact Troy Wong who can be reached at 808-473-7532 or email troy.wong1@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. System for Award Management (SAM). Offerors 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 destination, 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 Offeror to meet all specifications and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1b6055b1b63f40c78d7c58ce0a8a547a/view)
 
Record
SN05583062-F 20200311/200309230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.