Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOLICITATION NOTICE

J -- Perform the removal, rebuilding, and reinstallation of the main and auxiliary hoists of the truck crane (Grove Model GMK 4075)

Notice Date
2/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
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
N0060416T3010
 
Response Due
2/5/2016
 
Archive Date
2/20/2016
 
Point of Contact
Frederick Ray 8084737614
 
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 N00604-16-T-3010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-86 and DFARS Publication Notice 20151230. 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. Wage Determination: WD 05-2153 (Rev.-21) was first posted on www.wdol.gov on 12/29/2015. The NAICS code is 811310 and the Small Business Standard is $7.5M. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source Western Pacific Crane and Equipment 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: Removal, rebuild, and reinstall of the main and auxiliary hoists for Truck Crane T-60 (Grove Model GMK 4075) 1Group The period of performance will be 02/16/2016 to 04/30/2016. Please check POP. The place of performance shall be the contractor ™s facility. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 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 toImplement 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporarions 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 Rates52.222-55 Minimum Wages Under Executive Order 13658 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 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: 252.203-7000Requirements Relating To Compensation Of Former Dod Officials 252.203-7002Requirement To Inform Employees Of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEVIATION 2016-O0003) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003) 252.204-7003Control Of Government Personnel Work Product 252.204-7004Alternate A, System For Award Management Agreements 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Of Unclassified Controlled Technical Information 252.204-7015Disclosure Of Information To Litigation Support Contractors 252.209-7991Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦ Fiscal Year 2016 Appropriations (Dev 2016-O0002) 252.223-7008Prohibition of Hexavalent Chromium 252.225-7001Buy American Act and Balance of Payments Program 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies On Contract Payments 252.237-7010Prohibition On Interrogation Of Detainees By Contractor Personnel 252.244-7000Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation 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 9:00 a.m. Hawaii Standard Time on 05 February 2016. All quotes must be submitted via email only, to Frederick.ray@navy.mil. Please post question to the email provided NLT 12:00 p.m., 02/04/2015. All responsible sources may submit a quote which shall be considered by the agency. Are you going to provide a timeframe to submit questions? 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/N0060416T3010/listing.html)
 
Record
SN04007094-W 20160204/160202234246-0c74e1fdad03d2182d620add6328ca85 (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.