Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

L -- Technical Representative Services

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
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
N0060412T3052
 
Point of Contact
Christopher M. Craft 808-473-7943
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, 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 (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3052. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20111220. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 488390 and the Small Business Standard is $7.0 M. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses 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. NAVSUP FLEET LOGISTICS CENTER PEARL HARBOR, Regional Contracting Department requests responses from qualified sources capable of providing: an authorized Wartsila Defense, Inc. Technical Service Representative to provide onsite technical over-sight for the overhaul and repair of USS TEXAS (SSN 775) shaft seals. Period of Performance (POP) will begin 01 June 2012 and end on approximately 31 January 2013. 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, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer-CCR 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to 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: 252.204-7003, Control of Government Personnel Work Product 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act & Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alt III 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow 5252.243-9400, Authorized Changed by the KO This announcement will close at 12:00pm (HST) on 31 January 2012. Contact Christopher M. Craft who can be reached at 808-473-7943 or email christopher.m.craft@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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. The final contract award will be based on lowest price, technically acceptable. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3052/listing.html)
 
Record
SN02662585-W 20120129/120127234255-cd09494fe6abfb3bab7714b017a63737 (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.