Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOLICITATION NOTICE

J -- 5600 Module Test System, SN 8461 Advance Exchange Repair Part Service, Unlimited telephone Support, and Emergency Telephone Support for one year in accordance with the Performance Work Statement

Notice Date
1/7/2016
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
N0060416T3020
 
Response Due
1/7/2016
 
Archive Date
1/22/2016
 
Point of Contact
Frederick Ray 808-473-7614
 
E-Mail Address
frederick.ray@navy.mil
(frederick.ray@navy.mil)
 
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 N00604-16-T-3020. This solicitation document incorporates provisions and clauses in effect through FAC 2005-85 and DFARS Publication Notice 20151130. 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 811310 and the Small Business Standard is $7.5M. The proposed contract action is for supplies/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested parties may identify their interest and capability to respond to the requirement or submit a quote. However, this notice of intent is not a request for competitive quotes. All quotes received by the submission deadline identified below will be considered by the Government. A determination by the Government not to compete with this proposed contract action 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: CLINQTYU/I CLIN 0001: NH Research Model 5600 Module Test System, SN 8461 Advance Exchange Repair Part Service, Unlimited telephone Support, and Emergency Telephone Support for one year in accordance with the Performance Work Statement (PWS).1Group The period of performance will be 01/15/2016 to 01/14/2017. The place of performance shall be Building No. 683, Room 207, Naval Submarine Base, Pearl Harbor, Hawaii.. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt IOfferor Representations and Certifications - Commercial Items 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 (July 2013)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 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 52.222-36, Equal Opportunity 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 52.232-33, 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 13658 52.222-22Previous Contracts and Compliance Reports 52.222-41Service Contract Labor Standards 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 52.232-39Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.247-34FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following DFAR provision and clauses are applicable to this procurement: 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 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEVIATION 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003) 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alternate A, System For Award Management Agreements 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) 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 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2016 Appropriations (Dev 2016-O0002) 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials ”Basic 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 252.225-7048 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 FAR 52.212-3 and DFARS 252.209-7992 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 10:00 a.m. Hawaii Standard Time on 07 January 2016. All quotes must be submitted via email only, to Frederick.ray@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be the only significant factor in the evaluation of offers, the final contract award will be made on the basis of Lowest Price Technically Acceptable in accordance with the PWS. 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), 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/N0060416T3020/listing.html)
 
Place of Performance
Address: Bldg No. 683, Room 207, Naval Submarine Base, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN03985440-W 20160109/160107234551-a4890ee3332e40052b067ecb3ab28322 (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.