SOLICITATION NOTICE
F -- Rehabilitation of Protected Avian Species at Pacific Missile Range Facility, Kauai, Hawaii
- Notice Date
- 5/15/2024 3:41:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813312
— Environment, Conservation and Wildlife Organizations
- Contracting Office
- NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274224Q1800
- Response Due
- 5/22/2024 5:00:00 PM
- Archive Date
- 06/06/2024
- Point of Contact
- Rachel Isara-Phan, Phone: 8084714767, Fax: 8084745909, Danika Kamikawa, Phone: (808)2026024
- E-Mail Address
-
rachel.m.isara-phan.civ@us.navy.mil, danika.m.kamikawa.civ@us.navy.mil
(rachel.m.isara-phan.civ@us.navy.mil, danika.m.kamikawa.civ@us.navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Contract Opportunities (sam.gov). The anticipated award date is 28 June 2024.� The Request for Quotation (RFQ) number is N62742-24-Q-1800. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 (04-22-2024) and DFARS Publication Notice 20240425. 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 813312 and the Small Business Standard is $19,500,000 average annual receipts over the past three years. This acquisition is advertised on single source basis. The Small Business Office concurs with this decision. THE PROPOSED CONTRACT ACTION IS FOR COMMERCIAL SERVICES FOR WHICH NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC (NAVFAC Pacific) INTENDS TO SOLICIT AND NEGOTIATE A FIRM-FIXED-PRICE PURCHASE ORDER WITH SAVE OUR SHEARWATERS UNDER THE AUTHORITY OF FAR 13.106-1(b), SOLICITING FROM A SINGLE SOURCE FOR PURCHASES NOT EXCEEDING THE SIMPLIFIED ACQUISITION THRESHOLD. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals, however, all bids, proposals, or quotations received by closing date will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses received to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Period of performance is one year from the date of award. Location of the work is at the Pacific Missile Range Facility (PMRF), located five nautical miles northwest of the central business district of Kekaha in Kauai, Hawaii. The objectives of this project is to provide rehabilitation of injured and sick native birds at PMRF. The contractor shall include all of the necessary labor associated with meeting the objective. � Unless otherwise specified in the order, the Contractor is responsible for the performance of all inspection requirements and quality control. � The following FAR provisions and clauses are applicable to this procurement:� � 52.203-11�� �Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12�� �Limitation on Payments to Influence Certain Federal Transactions 52.203-19�� �Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7� � � System for Award Management 52.204-9� � � Personal Identity Verification of Contractor Personnel 52.204-10�� �Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13�� �System for Award Management Maintenance 52.204-16�� �Commercial and Government Entity Code Reporting 52.204-17�� �Ownership or Control of Offeror 52.204-18�� �Commercial and Government Entity Code Maintenance 52.204-19�� �Incorporation by Reference of Representations and Certifications 52.204-20�� �Predecessor of Offeror 52.204-21�� �Basic Safeguarding of Covered Contractor Information Systems 52.204-22�� �Alternative Line Item Proposal 52.204-23�� �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24�� �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25�� �Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26�� �Covered Telecommunications Equipment or Services--Representation 52.204-27�� �Prohibition on a ByteDance Covered Application 52.204-29�� �Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures� 52.209-2� � � Prohibition on Contracting with Inverted Domestic Corporations�Representation 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� 52.209-11� � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1� � � Instructions to Offerors�Commercial Items 52.212-3� � � Offeror Representations and Certifications�Commercial Items�Alternate I 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. � 52.217-5� � � Evaluation of Options 52.217-8� � � Option to Extend Services 52.217-9� � � Option to Extend the Term of the Contract 52.219-1� � � Small Business Program Representations--Alternate I 52.219-28� � Post-Award Small Business Program Rerepresentation 52.222-3� � � Convict Labor 52.222-21� � Prohibition of Segregated Facilities� 52.222-22� � Previous Contracts and Compliance Reports 52.222-26� � Equal Opportunity 52.222-54� � Employment Eligibility Verification 52.222-35� � Equal Opportunity for Veterans� 52.222-36� � Affirmative Action 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 52.222-50� � Combating Trafficking in Persons 52.222-55� � Minimum Wage Under Executive Order 13658 52.222-62� � Paid Sick Leave Under Executive Order 13706 52.223-5� � � Pollution Prevention and Right-to-Know Information 52.233-6� � � Drug-Free Workplace 52.223-18� � Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13� � Restriction on Certain Foreign Purchases 52.223-22� � Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-25� � Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.232-1� � � Payments 52.232-8� � � Discounts for Prompt Payment 52.232-11� � Extras 52.232-33� � Payment by Electronic Funds Transfer � System for Award Management 52.232-39� � Unenforceability of Unauthorized Obligations 52.232-40� � Providing Accelerated Payments to Small Business Subcontractors 52.233-1� � � Disputes 52.233-3� � � Protest after Award 52.233-4� � � Applicable Law for Breach of Contract Claim 52.237-2� � � Protection of Government Buildings, Equipment, and Vegetation 52.243-1� � � Changes-Fixed-Price--Alternate I 52.244-6� � � Subcontracts for Commercial Products and Commercial Services 52.249-1� � � Termination for Convenience of Government 52.252-2� � � Clauses Incorporated by Reference.� All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: � 252.203-7000� � Requirements Relating To Compensation of Former DoD Officials 252.203-7002�� �Requirement to Inform Employees of Whistleblower Rights 252.203-7005� � Representation Relating To Compensation of Former DoD Officials 252.204-7003�� �Control of Government Personnel Work Product 252.204-7012� � Safeguarding of Unclassified Controlled Technical Information 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 252.204-7019�� �Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020�� �NIST SP 800-171 DoD Assessment Requirements. 252.225-7048�� �Export-Controlled Items 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 252.244-7000� � Subcontracts For Commercial Items And Commercial Components (DoD Contracts) This announcement will close at 5:00 p.m. Hawaii Standard Time on May 30, 2024. Submit quotes via email to rachel.m.isara-phan.civ@us.navy.mil and danika.m.kamikawa.civ@us.navy.mil. Contact Rachel Isara-Phan (Contract Specialist) or Danika Kamikawa (Contracting Officer) via email for information regarding this solicitation. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. � � SUBMISSION REQUIREMENTS: � � �a. �Brief description of the methodology of conducting the work � � �b. �Detailed price quote with complete price breakdown, attached � � �c. �Completed copy of 52.212-3, attached� 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.� � ATTACHMENTS: 1. �Performance Work Statement dtd 02-20-2024 2. �Price Sheet 3. �FAR 52.212-3� 4. �FAR 52.217-8 (Full Text versions with fill in information) 5. �FAR 52.217-9 (Full Text versions with fill in information) 6. �SCA WD 2015-5691 Rev 20 dtd 12-26-2023 ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb120317a3574d17af4f533beb48450c/view)
- Place of Performance
- Address: Kekaha, HI 96752, USA
- Zip Code: 96752
- Country: USA
- Zip Code: 96752
- Record
- SN07064885-F 20240517/240515230046 (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 |