SOLICITATION NOTICE
J -- Submarine Support Equipment Maintenance
- Notice Date
- 5/26/2020 4:03:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4035
- Response Due
- 6/2/2020 1:00:00 PM
- Archive Date
- 06/17/2020
- Point of Contact
- Robert Dunn, Phone: 8084737964
- E-Mail Address
-
robert.dunn@navy.mil
(robert.dunn@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 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 BETASAM (https://beta.sam.gov/). The RFQ number is N0060420Q4035.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 and DFARS Publication Notice 20200408. �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 811310 and the Small Business Standard is $8Mil.� The proposed contract is 100% set aside for small business concern. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office, requests responses from qualified sources capable of providing: CLIN�� SERVICES������ ��������������������������������QUANTITY� UNIT��� ��PRICE�� �������AMOUNT 0001�� SUBMARINE SUPPORT SERVICES���� ��12��� ����Month��� ������������������ ����������������������� ��������������������� ����� �FOR THE USS FRANK CABLE (AS-40) ������ AND USS EMORY S. LAND (AS-39) IN ������ ACCORDANCE WITH THE ������ PERFORMANCE WORK STATEMENT � �����(PWS) ��� Period of performance:� July 01, 2020 � June 30, 2021 Location: Guam Method of Payment: Wide Area WorkFlow (WAWF) Responsibility and Inspection:� unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� Contract Type: Firm Fixed Price Attachments: Performance Work Statement (PWS) 1 Receipt and Acknowledgement of Training Form 2 DD Form 1149 3 Delivery Checklist 4 Weekly Status Report 5 Weekly Progress Report 6 Temporary Services Equipment Transfer The following provision and clauses are applicable to this procurement:� 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109- 282) (31 U.S.C. 6101 note). 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2019 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2019 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors--Commercial Items OCT 2018 52.212-3 Offeror Representations and Certifications�Commericial Items (OCT 2018) Alternate I (OCT 2014) 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (MAY 2019) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 252.204-7017Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea FEB 2019 Questions: Will be accepted until 1500 hours on Thursday May 28th, 2020.� Submit questions to Robert.dunn@navy.mil. ���� Quote submittal deadline: This announcement will close at 1000 hours on Tuesday June 2nd, 2020 HST. All quotations shall be submitted to Robert Dunn via email at Robert.dunn@navy.mil. Oral communications are not acceptable in response to this notice. 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 Quoter�s technical acceptability will be evaluated against the requirements in the Performance Work Statement (PWS). The offeror�s quote must clearly state that all services will be provided as requested and that they do not take any exceptions to the Performance Work Statement in its entirety. Technical Acceptability will be rated on an �acceptable� or �unacceptable� basis using the ratings below. Technically Acceptable/Unacceptable Ratings Acceptable Rating:� Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Rating:� Offer does not cleary meet the minimum technical requirements of the solicitation. 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) (to include breakdown), 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 quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dd14f3f8c8a648ed98c961810ec41034/view)
- Place of Performance
- Address: AGAT 96928, GUM
- Zip Code: 96928
- Country: GUM
- Zip Code: 96928
- Record
- SN05670020-F 20200528/200526230145 (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 |