Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

70 -- LMDS MAILROOM LICENSE

Notice Date
7/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
N0060417Q4043
 
Response Due
7/7/2017
 
Archive Date
7/22/2017
 
Point of Contact
Iishsha Rucker 808-473-7937
 
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 N00604-17-Q-4043. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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 511210 and the Small Business Standard is $38.5M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract 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. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Small Business Office concurs with the decision. A firm fixed s will be price (FFP) purchase order is anticipated for this procurement. Award will be made to the offeror submitting the lowest priced, technically acceptable offer. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing supplies: CLINDESCRIPTIONQTYUNIT 0001MR2L1Z103-201005-F8D9-DE07 LMDS Mailroom License (5,000 profiles) for NIPRNET 1 year1EA 0002MR2L1Z103-201006-F8D9-IBF2 LMDS Mailroom License (5,000 profiles) for SIPRNET 1 year1EA List of Attachments: Attachment 1: 4.03 FAR 52.204-20 Provision (July 2016) Attachment 2: FAR 52.209-11 Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Attachment 3:FAR 52.212-3 Alt I, Offeror Representations and Certifications A complete quote in response to this combined synopsis/solicitation must include the completion of Attachments 1 through 3. Failure to submit Attachments may result in your submission being deemed unresponsive. Request Delivery is FOB Destination with installation completed by 13 JULY 2017. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Delivery Address: COMMANDER, U.S. PACIFIC FLEET 250 MAKALAPA DRIVE PEARL HARBOR, HI 96860-3131 The following FAR provision and clauses are applicable to this procurement: 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.203-19Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7System for Award Management (Oct 2016) 52.204-13SAM Maintenance (Oct 2016) 52.204-16Commercial and Government Entity Code Reporting (July 2016) 52.204-18CAGE Maintenance (July 2016) 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1Instructions to Offerors (Oct 2016) 52.212-3 Alt IOfferor Reps and Certs 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 (Jan 2017) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-2Evaluation - Commercial Items 52.219-28Post Award Small Business Program Rerepresentation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor--Cooperation with Authorities and Remedies (Oct 2016) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (Sept 2016) 52.222-36Equal Opportunity for Workers w/ Disabilities (July 2014) (i)52.222-50Combating 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) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3Protest After Award 52.239-1Privacy or Security Safeguards (Aug 1996) 52.247-34FOB Destination 52.252-1 Solicitation 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) 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7002Qualifying Country Sources as Subcontractors (Aug 2016) 252.225-7048Export-Controlled Items (June 2013) 252.232-7003Electronic Submission of Payment Requests (Mar 2008) 252.232-7006Wide Area Workflow Payment Instructions (May 2013) 252.232-7010Levies on Contract Payments 252.239-7017Notice of Supply Chain Risk (Nov 2013) 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) This announcement will close 1000 hours (10:00 AM) Hawaii Standard Time on 07 JULY 2017. Contact Iishsha Rucker who can be reached at (808)473-7937 or email iishsha.rucker@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. Award will be made to the offeror submitting the lowest priced, technically acceptable offer Invoice paid via Wide Area Work Flow (WAWF). 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), completed Attachments 1 through 3, FOB Destination, 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/N0060417Q4043/listing.html)
 
Place of Performance
Address: COMPACFLT
Zip Code: 250 MAKALAPA DR., JBPHH, HI
 
Record
SN04568518-W 20170708/170706234455-67db05c209c95ba2a627b0599bae15dd (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.