Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

R -- Program Management/Support Services

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
N0060414T3084
 
Response Due
7/16/2014
 
Archive Date
7/31/2014
 
Point of Contact
RYAN FERNANDEZ 8084737921
 
E-Mail Address
RYAN.FERNANDEZ@NAVY.MIL
(RYAN.FERNANDEZ@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and FAR subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes as the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION IS NOT AVAILABLE. This request for quotation number is N00604-14-T-3084. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-75 and DFARS Change Notice 20140624. It is the responsibility of the Offeror to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far/. The NAICS code is 541990 and the Small Business Standard is $14.0M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing on-site Maritime Domain Awareness analyst services in accordance with the Performance Work Statement. CLINQTYU/IDESCRIPTION 00011JobMaritime Domain Awareness Analyst Services, August 1, 2014 to July 31, 2015. OPTION 10011JobMaritime Domain Awareness Analyst Services, August 1, 2015 to July 31, 2016. OPTION 20011JobMaritime Domain Awareness Analyst Services, August 1, 2016 to July 31, 2017. The following FAR provisions and clauses are applicable to this procurement: 52.203-3, Gratuities 52.204-7, System for Award Management 52.204-9, Personal Identoty Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.209-7, Information Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation “ Commercial Items 52.212-3 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, including: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I 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 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- SAM 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.223-5, Pollution Prevention and Right-to-Know Information 52.232-18, Availability of Funds 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 The following DFARS provisions and clauses are applicable to this procurement: 252.201-7000, Contracting Officer ™s Representative 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 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.209-7993, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law “ Fiscal Year 2014 Appropriations (Deviation 2014-O0009) 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048, Export-Controlled Items 252.225-7993, Prohibition on Contracting with the Enemy (Deviation 2014-O0008) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustments 252.247-7023, Transportation of Supplies by Sea Offerors shall include with their quote a completed copy of 52.209-7, Information Regarding Responsibility Matters, and 252.209-7993, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law “ Fiscal Year 2014 Appropriations (Deviation 2014-O0009). This announcement will close with quotes due at 3:00PM, Hawaii Standard Time on Wednesday, July 16, 2014. Offerors shall email quotes to the Contract Specialist, Ryan Fernandez via email at ryan.fernandez@navy.mil. Questions regarding this solicitation must be emailed to the Contract Specialist no later than 9:00AM, Hawaii Standard Time on Friday, July 11, 2014. Offerors must be registered with SAM to be considered for award. The resultant contract will be firm fixed-price, and award will be based on lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3084/listing.html)
 
Place of Performance
Address: JIATF West Headquarters, Camp Smith, HI
Zip Code: 96861
 
Record
SN03418667-W 20140711/140710022610-6022f6e448d62632fad09a7358f6ddf8 (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  © 1994-2020, Loren Data Corp.