Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

20 -- 40hp Outboard Motors & 20ft Skiff Boats

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-16-R-0011
 
Point of Contact
Douglas W. Lembo, Phone: 9104321246, C Scott Phelps, Phone: 9104328598
 
E-Mail Address
Douglas.Lembo@socom.mil, conway-phelps@socom.mil
(Douglas.Lembo@socom.mil, conway-phelps@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE The US Army Special Operations Command (USASOC) has a requirement for: TWO Skiff boats with trailers and TEN 40hp multi-fuel outboard submersible motors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89; 14 July 2016. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. Items called for by this request for quotation have been identified "brand name or equal" to: Raider Outboard R40-ES. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. The government would like to award to one vendor, but partial quotes (of only one line item) WILL BE ACCEPTED and evaluated as well. Please provide a fully quoted price with items listed below. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, or other information) necessary for the purchasing activity to determine whether the offered product meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. REQUIREMENT and ITEM SPECIFICATIONS: (see "brand name or equal" narrative above) *This Requirement is for NEW items; refurbished items are not acceptable. CLIN0001: Skiff Boat with (Brand Name - Evinrude Outboard Motors) and Trailer - EA 2 • Overall length: Minimum 24" • See Attachment A (REVISED 9/15) for Specifications CLIN0002: 40hp Outboard Submersible Motors (Brand name or Equal to Raider R40-ES) - EA 10 • Compatible with current Zodiac Combat Rubber Raiding Crafts • Totally Submersible • See attachment B for Specifications CLIN 0003: SHIPPING and HANDLING. The Total Shipping shall be priced separately in this CLIN with FOB Destination to SFUWO, Bld KW100 Fleming Key, Key West FL 33040. Shipping may be priced per item under individual CLINS, but the total shipping cost shall be provided under this CLIN also. DELIVERY: Required Delivery Date (RDD) is 90 days ARO. FOB Destination shall be to the following locations - SFUWO Key West per the CLIN description. VENDOR QUESTIONS AND SOLICITATION ERRORS: Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the request for quote. Government POC: Douglas Lembo, Douglas.Lembo@socom.mil Please ensure the following information is included with your quote: *Contract Number *Cage Code/DUNS Number *Contact Information *Payment/Discount Terms *Delivery times and charges *FOB Point *Any other remarks as necessary. RESPONSES/QUOTES ARE DUE NO LATER THAN 4:00 PM EST, Monday, 19 September 2016. Please submit questions directly to Douglas Lembo at douglas.lembo@socom.mil and courtesy copy Rowena Godaire at Godairer@socom.mil CLAUSE REFERENCES: FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR 52.204-13, System for Award Management (SAM) Maintenance FAR 52.212-1, Instructions to Offerors- Commercial Items (APR 2014) FAR 52.212-3, Offeror Representations and Certification- Commercial Items (MAR 2015) FAR 52.212-4 -Contract Terms and Conditions -- Commercial Items (May 2015) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.223-7004, DRUG-FREE WORK FORCE (SEP 1988 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this request for quote (RFQ) to the responsible offeror or offerors whose offer conforms to the RFQ and is the lowest price technically acceptable. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical Acceptability (2) Price and (3) Delivery. 1. Technical acceptability is defined as the contractor's ability to: i. Meet or exceed the specification.* ii. No active exclusions in SAM and no derogatory information in FAPIIS). *To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, or other information) necessary for the purchasing activity to determine whether the offered product meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. 2. Price. Requirement will be quoted as a Firm Fixed Price offer. Offers shall remain valid for a minimum of 45 days. 3. Delivery. Offeror must specify Shipping Terms, FOB Point, and cost expressed as Firm Fixed price or Not to Exceed Price with charges supported by actual shipping invoice. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (DEVIATION 2013-O0019) (Jul 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Office The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rowena Godaire SBS & Contracting Officer HQ, USASOC (AOCO) E-2929 Desert Storm Drive (Stop A) Fort Bragg, NC 28310-9110 Comm: 910-432-5652 Fax: 910-432-9345 Godairer@soc.mil SOFARS 5652.204-9003, Disclosure of Unclassified Information and Notification Requirements for Cyber Section H (Revised June 2013) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.214-9004, Technical and Contractual Questions Concerning This Solicitation (2001) Section L, all questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Send all questions to the following point of contact. The use of e-mail is highly encouraged. Contract Specialist: Douglas Lembo E-mail address: Douglas.Lembo@socom.mil Fax number: 910-432-9345 Phone number: 910-432-1246 Mailing Address: HQ, USASOC (ATTN: DCS, Contracting/AOCO) E2929 Desert Storm Drive Fort Bragg NC 28310 SHIPPING AND RECEIVING INSTRUCTIONS (JUN 2009) MARKING: Contractors shall ensure that the contract number is clearly marked on the exterior of all shipping cartons/containers. This will assist in timely receipt of and payment for the supplies accepted. The purchase/delivery order number can be located in blocks 1 and 2 of the DD Form 1155 and block 2 of the SF 1449. It also appears at the top of each subsequent page. If drop shipping procedures are used, please ensure that your shipper complies with these instructions. Cartons without identification may be returned "freight collect". SHIPPING: The purchase/delivery order provides the only approved ship to/delivery address (es). Do not redirect shipments to locations other than those specified in the order. To do so may delay acceptance of and payment for the items shipped. Additional costs for shipment to addresses other than those specified on the order will not be paid unless the ship to/delivery address has been changed by a modification to the order signed by a contracting officer. INVOICING PROCEDURES: ELECTRONIC INVOICING: Except as provided in paragraph (c) of DFARS Clause 252.232-7003, Electronic Submission of Payment Requests (Mar 2007), the Contractor shall submit payment requests through Wide Area Work Flow (WAWF) utilizing the Invoice and Receiving Report (Combo) method. The COMBO method is designed to generate a notification to the receiver that an invoice has been submitted and requires a receiving report. Utilization of this feature is expected to minimize delays in the payment process. Contractors shall register to use WAWF and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Information regarding WAWF is available on the Internet at the following addresses: WAWF General Information and Registration - https://wawf.eb.mil WAWF Training Database (great place to practice using WAWF) - https://wawftraining.eb.mil WAWF On-line Training Course (great place to begin learning WAWF) - www.wawftraining.com DFAS Electronic Commerce End Users Tool Box (register for classroom training and obtain user guides) http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox.html ALTERNATE METHOD: In the event WAWF is not available, invoices may also be submitted via fax to: DFAS - Rome, FAX# 877-575-3332. This method is to be used by exception only. TO ACCESS PAYMENT STATUS ELECTRONICALLY: https://myinvoice.csd.disa.mil//index.html FOR ADDITIONAL INFORMATION REGARDING THE VENDOR PAY INQUIRY SYSTEM: http://www.dod.mil/dfas/contractorpay/vedorpayinquiresystemvpis.html CUSTOMER SERVICE inquiries may be made to: 1-800-553-0527 DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. CODES: The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT: _X_ COMBO: Invoice and Receiving Report __ Invoice as 2-in-1 (Services only) __ Invoice Only __ Construction Invoice (Contractor Only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report with Unique Identification (UID) Data (Government Only) (UID is a new globally unique "part identifier" containing data elements used to track DOD parts through their life cycle.) ISSUE BY DODAAC: H92239 SHIP TO DODAAC: Provided at award ACCEPT BY DODAAC: Provided at award PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: Upon submission of your electronic invoice, use the Email feature in WAWF to notify the following personnel: Provided at award ACCEPTOR: (FILL IN@socom.mil) CONTRACT ADMINISTRATOR: (FILL IN@socom.mil) CONTRACTING OFFICER: (FILL IN@socom.mil) ADDITIONAL CONTACT: (FILL IN@socom.mil) RECEIVING REPORT PROCEDURES: ELECTRONIC RECEIVING VIA WAWF: The Warehouse/Receiving Activity/Contracting Officer's Representative (COR) is responsible to ensure a receiving report is correctly processed and forwarded to the appropriate finance office via Wide Area Work Flow (WAWF). In the event of a WAWF problem, contact the WAWF Help Desk at Telephone #: 1-877-232-9293 Email Address: CCO-EC-ARMY-WAWF-HELPDESK@dfas.mil PAPER RECEIVING REPORTS BY EXCEPTION ONLY: DD FORM 1155 - If the DD Form 1155 is used as the receiving report for either a final or partial receipt/payment: SF FORM 1449: If the SF Form 1449 is used as the receiving report as either a final or partial receipt/payment: DD FORM 250: If the DD form 250 is used for the receiving report, the only version acceptable by DFAS is the form dated August 2000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-16-R-0011/listing.html)
 
Place of Performance
Address: SFUWO, Bld KW100 Fleming Key, Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN04274714-W 20160917/160916000909-d38e2a02592e4c8397f9df3f8e170f19 (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.