Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

23 -- Provide Mobile Armory w/Partitioned Office Space - Technical Specifications

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
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-T-0039
 
Archive Date
8/22/2014
 
Point of Contact
Ruby L. Phillips, Phone: (757)763-4432, Linda C. Lareau, Phone: 7577634431
 
E-Mail Address
Ruby.Phillips@navsoc.socom.mil, linda.lareau@navsoc.socom.mil
(Ruby.Phillips@navsoc.socom.mil, linda.lareau@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Armory Specifications 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; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-14-T-0039 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 333924 and the Business Size Standard is 750 This requirement is for A Mobile Armory w/Partitioned Office Space meeting the specifications outlined in the Technical Specifications Attachment Shipping to 24359 Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective 03 Sep 2013. Note that you must be registered in the System for Award Management system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://www.sam.gov. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the lowest priced technically acceptable proposal. The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.204-7 - System for Award Management (June 2013) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance (Jun 2013) FAR 52.204-99 - System for Award Management Registration (August 2012) (Deviation)) FAR 52.212-1- Instructions to Offerors - Commercial Items (FEB 2012) FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012) FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items FAR 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation) FAR 52.222-3 -- Convict Labor FAR 52.222-19 - Child Labor, Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-37 Employment Reports On Special Disabled Veterns FAR 52.222-50; Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003) FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation (Apr 1984) FAR 52.243-1 - Changes -- Fixed-Price FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-5 (DEV) - Terms and Conditions Statues FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation DFARS 252.203-7002 - Requirement to Inform Employees DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009) DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications SOFAR 5652.204-9003 Disclosure of Unclassified Information (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, newspaper, 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: Ruby.Phillips@navsoc.socom.mil 5652.233-9000 Independent Review of Agency Protests (2011) 5652.237-9000 Contractor Personnel Changes (1998)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-T-0039/listing.html)
 
Place of Performance
Address: 2220 Schofield Rd, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN03436693-W 20140726/140724235308-7cc1c53d4b935b4b2cd9d0abdcf8880a (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.