Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

W -- USS RONALD REAGAN (CV-76) - USS RONALD REAGAN (CVN-76) SOW - N55236-14-Q-2073 USS RONALD REAGAN (CVN-76) ELINS

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-14-Q-2073
 
Archive Date
8/6/2014
 
Point of Contact
Gina G. Manalo, Phone: 6195561166, ANTONIO I GALACE, Phone: 6195561336
 
E-Mail Address
gina.manalo@navy.mil, ANTONIO.GALACE1@NAVY.MIL
(gina.manalo@navy.mil, ANTONIO.GALACE1@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
N55236-14-Q-2073 USS RONALD REAGAN (CVN-76) ELINS USS RONALD REAGAN (CVN-76) SOW This is a combined synopsis/solicitation for commercial items 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. The Request for Quotation (RFQ) N55236-14-Q-2073 is issued as unrestricted. The applicable North American Industry Classification System (NAICS) code is 532490 ‘Other Commercial and Industrial Machinery and Equipment Rental and Leasing'. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67 (Effective on 22 JUL 2013). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) order; Contract Line Item No. (CLIN) 0001 is for scaffolding services in support of the USS RONALD REAGAN (CVN-76), for the period of performance 09/08/14-01/29/15. Refer to Attachment (1) for the entire Statement of Work and Attachment (2) for the scope of work with ELINS. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached scope of work. Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: (i) Price. Price will be evaluated to ensure reasonableness, which is defined as a price that a prudent and competent buyer would be willing to pay, given data on current market conditions. The Government will evaluate price reasonableness by performing price analysis on each offeror's proposal. The total evaluated price will be the sum of all ELINs. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. Quoters will be required to have a Southwest Regional Maintenance Center (SWRMC) approved Quality Management System (QMS) in accordance with NAVSEA Standard Item 009-04 in place prior to contract award. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make a quoter ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Quoters who have completed SAM should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: • 52.204-13 System for Award Management Maintenance • 52.212-1 Instructions to Offerors Commercial Items (Feb 2012) • 52.212-3 Offeror Representations and Certifications- Commercial Items (Dec 2012) • 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2013) • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2013) • 52-219-6 Notice of Total Small Business Set-Aside (Nov 2011) • 52.242-17 Government Delay of Work (Apr 1984) • 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable: • 52.222-3 Convict Labor (Jun 2013) • 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) • 52.222-21 Prohibition of Segregated Facilities (Feb 1999) • 52.222-26 Equal Opportunity (Mar 2007) • 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) • 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: • 252.204-7003 Control of Government Personnel Work Product (Apr 1992) • 252.204-7004 Alternate A, Central Contractor Registration (May 2013) • 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jun 2012) • 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) • 252.232-7010 Levies on Contract Payments (Dec 2006) • 252.243-7001 Pricing of Contract Modifications (Dec 1991) • 252.225-7048 Export-Controlled Items (Jun 2013) The following clauses incorporated in 252.212-7001 are also applicable: • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) • 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) • 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) • 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) The following RMC clause applies to this acquisition and is incorporated by full text: • RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Contract Specialist Gina Manalo, email: gina.manalo@navy.mil and Contract Specialist Antonio Galace, email: antonio.galace1@navy.mil no later than 21 JUL 2014 at 1100 Local Time to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Primary Contract Specialist Gina Manalo, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA, or emailed to email: gina.manalo@navy.mil or Secondary Contract Specialist Antonio Galace, email: antonio.galace1@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 22 JUL 2014 at 1100 Local Time. No facsimile quotes or quotes submitted through the Navy Electronic Commerce Online Web site will be accepted. All quotes must be clearly marked with RFQ No. N55236-14-Q-2073. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full scope of work and Attachment (2) for the ELINs. Potential quoters must monitor this Web site for changes to the combined synopsis/solicitation, scope of work, and the ELINs. Amendments to the combined synopsis/solicitation will be posted to this Web site. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. Quoters shall provide written confirmation their QMS has been approved by the SWRMC Quality Assurance Department to be considered eligible for contract award. SWRMC POC: Gina Manalo, phone 619-556-1166, email: gina.manalo@navy.mil and Alternate POC: Antonio Galace, phone 619-1336, email: antonio.galace1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-14-Q-2073/listing.html)
 
Place of Performance
Address: Naval Air Station North Island, San Diego, California, 92135, United States
Zip Code: 92135
 
Record
SN03428205-W 20140719/140717234937-4e7d8ec07bc02a0741efec59dcdba522 (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.