Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

59 -- AC PRO II Kits

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
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
N0060415T3058
 
Response Due
6/12/2015
 
Archive Date
6/27/2015
 
Point of Contact
Jody Sing Chow 808-473-7558
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3058. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Publication Notice 20150420. It is the responsibility of the contractor to understand the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 335314 and the Small Business Standard is 750 employees. The Small Business Office concurs with the determination to dissolve the small business set-aside and solicit the requirement on an unrestricted, brand name basis. The NAVSUP Fleet Logistics Center, Pearl Harbor, HI intends to award a Firm-Fixed Price (FFP) Supply type contract for the following: *See Attachment I - CLINS for required supplies and quantities Required Delivery Date is September 25, 2015 Delivery Location is: NAVFAC Hawaii, Bldg. 44 400 Marshall Road, Receiving Department, FLPH Code 444 Pearl Harbor, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Payment will be made by NAVFAC Hawaii Comptroller office via EFT. The following FAR provision and clauses are applicable to this procurement: 52.203 Gratuities 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ”Representation 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; 52.212-3 and its ALT I Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply]; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items [select and list the clauses that apply]. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Gov ™t 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 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.232-36 Payment by Third Party 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.247-34 FOB Destination Vendors are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-00010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-00010) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.205-7000 Provision of Information 252.209-7004 Subcontracting w/ Firms ¦Terrorist Country 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2015 Appropriations (Dev 2015-O0005) 252.211-7003 Item Identification and Valuation 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Commodities 252.225-7037 Evaluation of Offers for Air Circuit Breakers 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.225-7993 Prohibition on Contracting with the Enemy (DEV 2014-O0020) 252.232-7010 Levies On Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.246-7003 Notification of Potential Safety issues 252.247-7023 Transportation of Supplies by Sea 52.252-1 “ Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/ http://farsite.hill.af.mil/ (End of Provision) 52.252-2 “ Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/ http://farsite.hill.af.mil/ (End of Clause) Basis of Award: Award will be made to the responsible offeror who submits the lowest price technically acceptable (LPTA) for Total Price. Technical acceptability will be contingent upon the offeror proposing to meet all requirements in the RFQ. Offerors shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1.Unit price for all CLINS, Total Price, FOB Destination, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. 2.A completed copy of 52.212-3 and its ALT I (Attachment II). If the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web Site, the offeror shall only complete paragraph (b) of this provision. 3.DFARS 252.209-7992 (Attachment III) Unpaid Delinquent Tax Liability Provision. The proposed contract action is for a brand name only. The brand name and model number of the product(s) are: AC PRO II Kits. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached (Attachment IV). System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. This announcement will close at 5:00pm HST on Friday, June 12, 2015. Quotes must be received via email to jody.singchow@navy.mil by this date/time to be considered responsive. Questions shall be submitted to Jody Sing Chow via email only at jody.singchow@navy.mil by 5:00pm HST on Tuesday, June 9, 2015. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The submitter should confirm receipt of submissions. Attachments Attachment I - CLINS Attachment II “ FAR 52.212-3 and its ALT I Offeror Representations and Certifications Attachment III “ DFARS 252.209-7992 Unpaid Delinquent Tax Liability Attachment IV “ Justification and Approval For Use of Sole Source/Brand Name Only ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3058/listing.html)
 
Place of Performance
Address: NAVFAC Hawaii, Bldg. 44
Zip Code: 400 Marshall Road
 
Record
SN03754995-W 20150607/150605234657-ca7dca3b4eeae9d531153369b5fe41c7 (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.