Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOLICITATION NOTICE

72 -- HABITABILITY PROJECT FOR USS CHAFEE DDG 90 FOR WARDROOM, XO CABIN, AND MESSDECK UPGRADE

Notice Date
12/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
N0060417T3008
 
Response Due
12/20/2016
 
Archive Date
1/4/2017
 
Point of Contact
KEVIN YOUNG 8084737528
 
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 FAR Part 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 N00604-17-T-3008. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89-2 and DFARS Publication Notice 20161104. 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 238990 and the Small Business Standard is $15 million. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the supplies and services for USS CHAFEE (DDG 90) habitability renovation project in accordance with (IAW) Attachment 0001 Statement of Work (SOW): Line Item: 0001 Description: Habitability Renovation Project For The USS CHAFEE (DDG 90) Extended Description: (a)Must be IAW Attachment 0001 Statement of Work: 1.Section 3 śSpecific Tasks ť lists all of the required work that the contractor must complete. Each task has a required MIL SPEC that must be met. 2.When submitting quotes for sections 3.1 through 3.2.4, please provide a price breakdown of each section/task to include cost for supplies/materials, shipping (if applicable), and labor. Unit of Issue: Group Quantity of Issue: 1 Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based on the Lowest Priced Technically Acceptable (LPTA) responsible offer, based on the requirements stated above under Line Item 0001. Delivery shall be FOB Destination with installation COMPLETED NO LATER THAN TUESDAY 07-FEB-2017. 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 (July 2013) 52.204-13SAM Maintenance (July 2013) 52.209-2Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.209-11Delinquent Taxes or Felony Conviction (Attachment 0002) 52.212-1Instructions to Offerors 52.212-3, Alt 1Offeror Reps and Certs (Attachment 0003) 52.212-4Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.204-10Reporting Executive Compensation and First-tier Subcontract Awards (Oct 2015) 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28Post Award Small Business Program Representation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (April 2015) 52.222-36Affirmative Action for Workers w/Disabilities (July 2014) 52.222-50Combatting Trafficking in Persons (March 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-36Payment by Third Party (May 2014) 52.222-22Previous Contracts and Compliance Reports (Feb 1999) 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013 52.252-1Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2Clauses Incorporated by Reference 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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7994Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation (Dev 2017-O0001) Nov 2016 252.203-7995Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2017-O0001) Nov 2016 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7008Prohibition of Hexavalent Chromium (May 2011) 252.225-7001Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048Export-Controlled Items (June 2013) 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST) (Apr 2014) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/ ); (2) Quick Search (http://quicksearch.dla.mil/ ); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by ” (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm ); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2197, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. The following attachments are applicable: 0001 - Statement of Work (SOW) 0002 “ FAR 52.209-11 Provision 0003 “ FAR 52.212-3, with Alt 1 Provision Offerors are to include Attachment 0002 FAR 52.209-11 Provision and Attachment 0003 FAR 52.212-3, with Alt 1 Provision (if there are any changes) with their quote). **Failure to include these attachments as instructed may result in your offer being deemed unresponsive.** This announcement will close 1600 hours (4:00 PM) Hawaii Standard Time on 20-DEC-2016. Contact Kevin Young who can be reached at (808) 473-7528 or email: kevin.g.young@navy.mil. Oral communications are not acceptable in response to this notice. 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. 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/N0060417T3008/listing.html)
 
Record
SN04352502-W 20161217/161215234200-98d22a326d75d88ac220c808a9435066 (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.