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, 2017 FBO #5777
SOLICITATION NOTICE

70 -- VTC Equipment and Installation - Statement of Work

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H9224417T0163
 
Archive Date
10/10/2017
 
Point of Contact
David Biggs, Phone: 7578629482
 
E-Mail Address
david.biggs@vb.socom.mil
(david.biggs@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-17-T-0163 and a firm fixed price (FFP) contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. This procurement is full and open competition and the associated North American Industry Classification System (NAICS) code is 334310 with a business size standard of 750 employees. The DPAS rating for this procurement is DO-C9. By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Vendors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 January 2017 and DFARS Change Notice 20161212, effective 22 December 2016. Participating vendors must be registered at www.sam.gov. Naval Special Warfare (NSW) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 VTC Equipment in accordance with the Statement of Work (SOW) Qty - 1 each Period of Performance: 30 days after date of contract Place of Performance: NSW, Virginia Beach, VA CLIN 0002 Installation i n accordance with the SOW Qty - 1 each Period of Performance: 30 days after date of contract Place of Performance: NSW, Virginia Beach, VA Section C Statement of Work Please see attached SOW. The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. Following Clauses and Provision applies to this procurement. Section Contract Clauses FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Feb 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 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): www.farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acqnet.gov/far The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. 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 252-204-7000 Disclosure of Information Oct 2016 DFARS 252.204-7003 Control of Government Personnel Work Apr 1992 DFARS 252-204-7008 Compliance with Safeguarding Covered Defense Information Control Oct 2016 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations Jun 2015 DFARS 252.223-7008 Prohibition of Hexavalent Chromium May 2011 DFARS 252.225-7048 Export Controlled Items Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea Basic (Apr 2014) Apr 2014 DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-Oo0005) Oct 2015 (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. SOFARS SOFARS 5652.228-9000 Required Insurance (2003) Section G The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/$500,000 per occurrence (example); as required by federal and State Statues Property Damage Liability $20,000 per occurrence (example); as required by federal and State Statues Workers Compensation & Occupational Disease As required by federal and State Statues Employer's Liability $100,000 (example); as required by federal and State Statues (Revised December 2011) (end of clause) 5652.233-9000 Independent Review of Agency Protests (2013) Section I (Revised August 2011) (Revised September 2013-reorganization) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504. (end of clause) Section Instructions, Conditions and Notices to Bidders SITE VISIT A required site visit is scheduled for 19 September 2017 at 01:30 P.M. EST., all attending personnel MUST provide applicable below information by 18 September 2017 03:30 P.M. EST. via email to: david.biggs@vb.socom.mil. Each participant is limited to two (2) representatives. Due to security requirements, if the required information from each person desiring to participate is not received by the required date above, access will be denied and they will not be allowed to attend the site visit. Computers, cell phones, and all other personal electronic device will not be allowed at the site (must be left in vehicles). Valid ID's will be required/checked prior to entering site. Pre-site visit required information: Name: (Last, First, Middle Initial) Company Name: Currently have access to NAS Oceana? Yes or No SSN: Citizenship: Date of Birth: Phone: Email: * Note: It is recommended any prospective contractor have rapid gate access or means to enter NAS Oceana Dam Neck Annex. However, accommodations can be made to gain base access at the Oceana Pass and ID Office. Specific directions/instructions will be given after confirming desire to attend. Contractors are responsible to ensure they account for any delays and leave themselves ample time between arrival at Pass and ID and arriving on Oceana Annex Dam Neck compound. The site visit will commence at the aforementioned time and any late arrivals will not be allowed access. 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. Questions shall be sent by email the following point of contact no later than 21 September 2017 at 10:30 AM EDT : David Biggs, Contract Specialist; Email address: david.biggs@vb.socom.mil Quotes must be received no later than 09:30 AM EDT on 25 September 2017. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Point of Contact for this solicitation is David Biggs at david.biggs@vb.socom.mil or phone (757) 862-9482
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H9224417T0163/listing.html)
 
Record
SN04679694-W 20170917/170915231354-2136be7c7d802f352577aa5941adc52f (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.