SOLICITATION NOTICE
J -- UPS Maintenance SERVICES BASE PLUS 4 OPTION YEARS
- Notice Date
- 5/21/2020 6:51:57 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024420R0038
- Response Due
- 5/27/2020 12:00:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Ruby Deinla 619-556-5662
- E-Mail Address
-
rubeli.deinla@navy.mil
(rubeli.deinla@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N0024420R0038. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005?101. This solicitation is limited to Eaton certified/authorized service providers and is issued as 100% small business set aside. NAICS Code 811219 Other Electronic and Precision Equipment Repair and Maintenance business size is $22M. The solicitation will start on the date this solicitation is posted and will end on 27May2020 5:00 PM PST. LINE ITEM 0001 Annual Preventative Maintenance services. Qty. 1each. Services shall be provided in accordance with the Performance Work Statement (PWS) herein. This line item shall include total cost of all services. Base Year: POP: July 1, 2020 to June 30, 2021 LINE ITEM 0002 Annual preventative maintenance services. Qty. 1each. Services shall be provided in accordance with the Performance Work Statement (PWS) herein. This line item shall include the unit cost for each service and total cost. Option Year 1: POP: July 1, 2021 to June 30, 2022 LINE ITEM 0003 Annual preventative maintenance services. Qty. 1each. Services shall be provided in accordance with the Performance Work Statement (PWS) herein. This line item shall include the unit cost for each service and total cost. Option Year 2: POP: July 1, 2022 to June 30, 2023 LINE ITEM 0004 Annual preventative maintenance services. Qty.1each. Services shall be provided in accordance with the Performance Work Statement (PWS) herein. This line item shall include the unit cost for each service and total cost. Option Year 3: POP: July 1, 2023 to June 30, 2024 LINE ITEM 0005 Annual preventative maintenance services. Qty. 1each. Services shall be provided in accordance with the Performance Work Statement (PWS) herein. This line item shall include the unit cost for each service and total cost. Option Year 4: POP: July 1, 2024 to June 30, 2025 Requests for technical and or contractual clarification are to be submitted to the Contract Specialist via email only: rubeli.deinla@navy.mil . Technical questions shall reference the solicitation number and shall be submitted via EMAIL and received NO LATER THAN 2:00PM (PST) ON MAY 26, 2020.Questions received after this date will not be guaranteed a response. All questions and answers will be posted in the form of an amendment to the solicitation for viewing by all other potential quoting contractors. Other methods of question submittal will not be acknowledged. Provisions and Clauses The following FAR provision and clauses are applicable to this procurement: 52.203?19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204?7 System for Award Management 52.204?10 Reporting Executive Compensation and First?Tier Subcontract Awards 52.204?13 System for Award Management Maintenance 52.204?19 Incorporation by Reference of Representations and Certifications 52.204?21 Basic Safeguarding of Covered Contractor Information Systems 52.212?1, Instructions to Offerors ? Commercial Items (DEVIATION 2018?O0018) 52.212?2 Evaluation? Commercial Items 52.212?3 Alternate 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 (DEVIATION 2018?O0021) 52.217?3 Evaluation Exclusive of Options 52.217?4 Evaluation of Options Exercised at Time of Contract Award 52.217?5 Evaluation of Options 52.217?8 Option to Extend Services 52.217?9 Option to Extend the Term of the Contract 52.219?6 Notice of Total Small Business Set?Aside (DEVIATION 2019?O0003) 52.222?41? Service Contract Labor Standards 52.222?42 Statement of Equivalent Rates for Federal Hires 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 52.222?55? Minimum Wages Under Executive Order 13658 52.222?62? Paid Sick Leave Under Executive Order 13706 52.232?39 Unenforceability of Unauthorized Obligations 52.232?40 Providing Accelerated Payments to Small Business Subcontractors 52.252?2 Clauses Incorporated by Reference 252.203?7002 Requirement to Inform Employees of Whistleblower Rights 252.203?7005 Requirements Relating to Compensation of Former DoD Officials 252.204?7008 Compliance with Safeguarding Covered Defense Information Controls 252.204?7009 Limitations on the Use or Disclosure of Third?Party Contractor Reported Cyber Incident Information 252.204?7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204?7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211?7003 Item Unique Identification and Valuation 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 REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in Far 33.103(d). Pursuant to FAR 33.103(t)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision Rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Building 116 - 3rd floor, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the contracting officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b93aeac4e83944149f5c14a54526f8fa/view)
- Place of Performance
- Address: TTGP, 53720 Horizon Drive, Bldg. 58 Machinery Room , San Diego, Ca 92147, USA
- Zip Code: 92147
- Country: USA
- Zip Code: 92147
- Record
- SN05666240-F 20200523/200521230216 (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 |