Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

W -- RIMPAC Reception Equipment Rental

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
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
N0060416T3151
 
Response Due
7/22/2016
 
Archive Date
8/6/2016
 
Point of Contact
Gavin Tsukamoto 808-473-7942
 
Small Business Set-Aside
Total Small Business
 
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-3151. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160630. 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 532299 and the Small Business Standard is $7.5 Million. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP FLC Pearl Harbor Contracting Office requests responses from qualified sources capable of providing - See attached Equipment List and PWS for details. Unit of IssueDescription CLIN 0001 1 Group Reception Equipment Rental for USS Stennis Period of performance is 01 August 2016 “ 05 August 2016; Location: Hotel Pier Pearl Harbor, Hawaii 96860. 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations -- Representation 52.212-1Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “Reps and Certs 52.222-26Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer 52.232-36Payment by Third Party 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.247-34 FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 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 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements -- Representation (Dev 2016-O0003) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7991Representation of Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law “ Fiscal Year 2016 Appropriations (Dev 2016-O0002) 252.223-7008Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7048Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea Method of Payment: Government Purchase Card Evaluation of Quotes: Quotes will be evaluated on lowest price technically acceptable. To be considered technically acceptable the vendors will state they have no exceptions to the Performance Work Statement (PWS). Quoters are reminded to include a completed copy of FAR 52.204-20, FAR 52.209-11, and FAR 52.212-3 and its ALT I with quotes. Failure to return the provisions could result in your quote not being considered. This announcement will close at 3:00PM on Friday, July 22, 2017 Hawaii Standard Time. Contact Gavin Tsukamoto who can be reached at 808-473-7942 or email gavin.tsukamoto@navy.mil. All questions must be submitted via e-mail. All responsible sources may submit a quote which shall be considered by the agency. 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, 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/N0060416T3151/listing.html)
 
Place of Performance
Address: Hotel Pier, Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN04185525-W 20160720/160718234046-a67c1421b8c346485e760350f693117a (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.