Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

D -- Upgrade and Repair of PRISim L600 System

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
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
N0060415T3162
 
Response Due
9/11/2015
 
Archive Date
9/26/2015
 
Point of Contact
Mshindi Thomas 808-473-7569
 
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 for commercial items found at FAR 13, 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-3162. This solicitation document incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Publication Notice 20150826. It is the responsibility of the contractor to be familiar with 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 541519 and the Small Business Standard is $27.5M. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source, Cubic Simulation System, Inc. under the authority of FAR 13.106-1(b)(1)(i). The period of performance (POP) must began by 30 September 2015 POP may change based on award date). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following the services listed below: CLIN QTY U/I 0001 1 Group Provide material and services to upgrade and repair the existing L600 PRISim system to the new L700 system, and provide training on site to users. All work shall be in accordance with the attached Performance Work Statement: The place of performance will be at the PMRF CT, department Kekaha, HI 96752 The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Doemstic Corporations-Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items Including: 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 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers w/Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relations to Iran 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates 52.222-55 Minimum Wages Under Executive Order 52.223-5 Pollution Prevention and Right-to-Know Information 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 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS provisions and clauses applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Confidentiality Agreements-Representation 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement 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 252-209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability Fiscal Year 2015 Appropriations 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export- Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Quoters are reminded to include a completed copy of the attached DFARS Class Deviation Form and FAR 52.212-3with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 4:00p.m. Hawaii time on Friday, September 11, 2015. Contact Mshindi Thomas who can be reached at (808) 473-7569 or email mshindi.thomas@navy.mil. Questions shall be submitted to Ms. Thomas via email only no later than 12:00p.m. Hawaii time on Thursday, September 10, 2010. All responsible sources may submit one quote via email only to mshindi.thomas@navy.mil which shall be considered by the agency. 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 a combination of factors: price, technical capability, Contractor responsibility, and past performance. 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3162/listing.html)
 
Place of Performance
Address: Barking Sands, Kaumuali ™i Hwy, Kekaha, HI
Zip Code: 96752
 
Record
SN03879769-W 20150912/150910235803-11f4c61f1044d69f194b0d20e65ef8b9 (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.