Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

R -- ACCOMPLISH NET-018 LAYER 1 CABLING FOR BLDG 3339/2ND FLOOR - STATEMENT OF WORK

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
N55236-15-Q-0018
 
Archive Date
12/6/2014
 
Point of Contact
Angela Encarnacion, Phone: 6195565673, Billie P. Crockett, Phone: 6195569389
 
E-Mail Address
angi.encarnacion@navy.mil, Billie.Crockett@Navy.Mil
(angi.encarnacion@navy.mil, Billie.Crockett@Navy.Mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION OF RE-CABLING WORK. 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) N55236-15-Q-0018 is issued as Small Business Set-Aside purchase. The applicable North American Industry Classification System (NAICS) code is 238210 "Electrical Contractors and other Wiring Installation Contractors". This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 (Effective 01 NOV 2014). DESCRIPTION : The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No.: (CLIN) 0001. The solicitation requires contractor to accomplish NET-018 Layer I Cabling for Bldg 3339, Second Floor, in accordance with the attached Statement of Work. The required period of performance dates are: 26 JAN 2015 to 06 FEB 2015. Please refer to the Statement of Work (SOW), Attachment one (1). 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. Inspection and acceptance shall be at destination by the Government. Work to be performed at: 3755 Brinser St.,Bldg. #3339,San Diego, CA 92136, Point of Contact (POC) is: Paul Rising, (619) 556-0795. 52.212-2 Evaluation -- Commercial Items (Oct 2014): (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer 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: •(i) Technical capability of the item quoted to meet the Government requirement •(ii) Price Technical capability will be evaluated on a pass/fail basis. A quote that is considered technically unacceptable shall be ineligible for award. The lowest priced quote that is determined to be technically acceptable shall be selected for award. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt unless a written notice of withdrawal is received before award. (d) Vendors shall be determined responsible in accordance with FAR 9.104-1. The price quote, shall state the unit price and total price of the item required, inclusive of shipping to the destination listed above. 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 vendor ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Vendor(s) 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. Please list the Cage/Duns Number on your quote. 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 (Jul 2013) •· 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2014) •· 52.222-50 -Combating Trafficking in Persons (Feb 2009) •· 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) •· 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) •· 52.242-17 Government Delay of Work (Apr 1984) •· 52.247-34 F.O.B. Destination (Nov 1991) 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, System for Award Management (Feb 2014) 252.225-7001 Buy American And Balance of Payments Program (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.247-7023 Alt II Transportation of Supplies by Sea Alternate II (Apr 2014) 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 vendor(s) commercial warranty shall apply and shall be stated in the quote. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR REQUESTS FOR INFORMATION : All questions regarding this requirement shall be submitted electronically to Contract Specialist Angela Encarnacion, email: angi.encarnacion@navy.mil or Contract Specialist Billie Crockett, e-mail: billie.crockett@navy.mil no later than 20 NOV 2014 at 0900 Local Time to allow adequate time to prepare a response. All quote(s), together with the vendor(s)'s signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Angela Encarnacion, Bldg. # 77, 3755 Brinser Street, San Diego, CA 92136-5025, or e-mailed to: angi.encarnacion@navy.mil and Billie Crockett, at email: billie.crockett@navy.mil. Vendor(s) shall ensure offer(s), and signed amendment(s) reach their destination by 21 NOV 2014 at 09:00AM Local Time. Offers submitted via facsimile or through the Federal Business Opportunities Online (FBO) Web site will not be accepted. All quote(s) must be clearly marked with the RFQ No. N55236-15-Q-0018/title of requirement. No telephone calls of quotes will be accepted. Potential vendor(s) must monitor this website for changes to the combined synopsis/solicitation. Amendment(s) to the combined synopsis/solicitation (if any are issued) will be posted to the FBO website. Vendors are required to sign and submit all amendment(s) with offer before the closing date/time of 21 NOV 2014; 0900 Pacific. SWRMC Primary POC: Angela Encarnacion, email: angi.encarnacion@navy.mil, phone 619-556-5673. Alternate POC: Billie Crockett, email: billie.crockett@navy.mil phone 619--556- 4855.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-Q-0018/listing.html)
 
Place of Performance
Address: 3755 BRINSER STREET, BLDG #3339, 2ND FLOOR, SAN DIEGO, California, 92136, United States
Zip Code: 92136
 
Record
SN03568882-W 20141109/141107233648-b70b139c72ed280b54613a45dd1f5e09 (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.