Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

J -- Carelift Forklift Overhaul - Statement of Objectives (SOO)

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-14-Q-9023
 
Archive Date
8/9/2014
 
Point of Contact
Laura Patterson, , WARCOM Contracts,
 
E-Mail Address
laura.patterson@navsoc.socom.mil, WARCOM-Contracts@navsoc.socom.mil
(laura.patterson@navsoc.socom.mil, WARCOM-Contracts@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1, Statement of Objectives Forklift Overhaul COMBINED SYNOPSIS/SOLICITATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation on FedBizOpps; quotes are being requested and a written solicitation will not be issued. Solicitation: H92240-14-T-9023 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective August 1, 2013 and DFARS Change Notice 20130909. NAICS code: 811310 Small business size standard: $7.5M This RFQ is 100% set aside for small business participation. Proposal Submissions: Quotes are due 25 JUL 2014, at 10:00 AM Pacific Standard Time (PST). Quotes must be valid for 60 days. No facsimile quotes will be accepted. All quotes must be clearly marked with the RFQ Number. Contractors are responsible for verifying receipt of their proposals to this office before offer due date and time. Emails must be marked as follows: "H92240-14-Q-9023, Quote, L. Patterson" to ensure delivery. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Laura Patterson email: laura.patterson@navsoc.socom.mil AND warcom-contracts@navsoc.socom.mil no later than 24 JUL 2014 at 10:00 AM PST to allow adequate time to prepare a response. Emails must be marked as follows: "H92240-14-Q-9023, Question, L. Patterson" to ensure delivery. Email is the preferred method of submission. Quotes, together with the signed amendment(s), if applicable, must be submitted electronically to Ms. Laura Patterson email: laura.patterson@navsoc.socom.mil AND warcom-contracts@navsoc.socom.mil. Emails must be marked as follows: "H92240-14-Q-9023, Quote, L. Patterson" to ensure delivery. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (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) 52.245-1 Government Property (APR 2012) 52.245-9 Use and Charges (APR 2012) 52.247-34 F.o.b. - Destination (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference), http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 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 factors shall be used to evaluate offers: Technical Price Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the combination of the factors above. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (End of Provision) The following clauses incorporated in 52.212-5 are also applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (AUG 2012) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 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) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 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) (Offeror must complete 52.222-48 Certification) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 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) The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the offeror they are to indicated in the submitted quote, there is no need to complete these provisions again for a this solicitation. 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) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A, System For Award Management (MAY 2013) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.211-7007 Reporting of Government-Furnished Property (AUG 2012) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000 Buy American-Balance of Payments Program Certificate (JUN 2012) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (APR 2012) 252.245-7002 Reporting Loss of Government Property (APR 2012) 252.245-7003 Contractor Property Management System Administration (APR 2012) 252.245-7004 Reporting, Reutilization, and Disposal (MAY 2013) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) The following SOFARS provision and clauses apply to this acquisition: 5652.201-9002 Authorized Changes Only by Contracting Officer (JAN 2005) 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 part of this contract. Except as specified herein, 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 in Section I. In the event the Contractor effects any change at the direction of any person other 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 cost incurred as a result thereof. The address and telephone number of the Contracting Officer identified on page 1 of the purchase order/contract. 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000). All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Note: Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. Shipment All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Schedule: Insert prices and other required information below: CLIN: 0001 Forklift Overhaul Description: All required services and parts outline in the SSO, Attachment 1, are included in this CLIN U/I Qty Total Price LOT 1 $ Period of Performance shall be complete within 30 days of receipt of the contract award date. Prompt Payment Terms: ________________ CAGE Code: ________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-Q-9023/listing.html)
 
Place of Performance
Address: Coronado, California, 92155, United States
Zip Code: 92155
 
Record
SN03432759-W 20140724/140722234552-549b5af5aeb2a0f9741beaec777ffff0 (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.