Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
MODIFICATION

J -- OPTION - N0024616RC014F1

Notice Date
4/14/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
937 NORTH HARBOR DRIVE, SAN DIEGO, CA 92139
 
ZIP Code
92139
 
Solicitation Number
N00244-16-T-0078
 
Response Due
4/19/2016
 
Archive Date
10/16/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N00244-16-T-0078 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $15.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-04-19 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Meet or Exceed, to the following: Base Period of Performance: 05/15/2016 - 05/14/2017 LI 001: LADDER 1,134 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL BASE SAN DIEGO AND CORONADO CA, 1, YEAR; LI 002: LADDER, 118 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL WEAPONS STATION SEAL BEACH CA, 1, YEAR; LI 003: LADDER, 233 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR STATION FALLON NV, 1, YEAR; LI 004: LADDER, 365 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR STATION LEMOORE CA, 1, YEAR; LI 005: LADDER, 690 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT, TRAVEL. LOCATION: NAVAL BASE VENTURA CA, 1, YEAR; LI 006: LADDER, 345 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR FACILITY EL CENTRO CA, 1, YEAR; LI 007: LADDER 360 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL WEAPONS STATION CHINA LAKE CA, 1, YEAR; Option 1 Period of Performance: 05/15/2017 - 05/14/2018 LI 001: LADDER 1,324 FEET, ON-SITE TESTING, INSPECTION, AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL BASE SAN DIEGO AND CORONADO CA, 1, YEAR; LI 002: LADDER 118 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL WEAPONS STATION SEAL BEACH CA, 1, YEAR; LI 003: LADDER 233 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR STATION FALLON NV, 1, YEAR; LI 004: LADDER 365 FEET, ON- SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR STATION LEMOORE CA, 1, YEAR; LI 005: LADDER 690 FEET, TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL BASE VENTURA CA, 1, YEAR; LI 006: LADDER 345 FEET, TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR FACILITY EL CENTRO CA, 1, YEAR; LI 007: LADDER 360 FEET, TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL WEAPONS STATION CHINA LAKE CA, 1, YEAR; Option 2 Period of Performance: 05/15/2018 - 05/14/2019 LI 001: LADDER 1,324 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL BASE SAN DIEGO AND CORONADO CA, 1, YEAR; LI 002: LADDER 116 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL WEAPONS STATION SEAL BEACH CA, 1, YEAR; LI 003: LADDER 233 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR STATION FALLON NV, 1, YEAR; LI 004: LADDER 365 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR STATION LEMOORE CA, 1, YEAR; LI 005: LADDER 690 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL BASE VENTURA CA, 1, YEAR; LI 006: LADDER 345 FEET, ON-SITE TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL AIR FACILITY EL CENTRO CA, 1, YEAR; LI 007: LADDER 360 FEET, TESTING, INSPECTION AND MAINTENANCE PER STATEMENT OF WORK, TRAVEL. LOCATION: NAVAL WEAPONS STATION CHINA LAKE CA, 1, YEAR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 541990 and the Small Business Standard is 15 M. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Safeguarding of Unclassified Controlled Technical Information Wide Area Workflow Payment Instructions (May 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-16-T-0078/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04084317-W 20160416/160414234650-3428e203dc313985480829e3b05f6954 (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.