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
MODIFICATION

U -- Aircraft and Component Painting Course Services

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
NAVSUP Fleet Logistics Center, JACKSONVILLE, FL 32212
 
ZIP Code
32212
 
Solicitation Number
N68836-17-Q-0326
 
Response Due
9/22/2017
 
Archive Date
3/21/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68836-17-Q-0326 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business size standard of $11.00M. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-22 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The FLC - Jacksonville requires the following items, Meet or Exceed, to the following: LI 001: CLIN 0001, The Contractor shall perform aircraft and component painting course services in accordance with (IAW) the attached Performance Work Statement (PWS)., 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm Except as provided in FAR 4.1102(a), the contracting officer shall insert the provision 52.204-7, System for Award Management, in all solicitations. If the solicitation is anticipated to be awarded in accordance with 4.1102(a)(5), the contracting officer shall use the provision 52.204-7, System for Award Management, with its Alternate I. Note: Insert the clause 52.204-13, System for Award Management Maintenance, in solicitations that contain the provision 52.204-7. (b) Insert the clause 52.204-13, System for Award Management Maintenance, in solicitations that contain the provision at 52.204-7, and resulting contracts. (a) Insert the provision 52.204-16, Commercial and Government Entity Code Reporting, in all solicitations that include-- (1) 52.204-6, Data Universal Numbering System Number; or (2) 52.204-7, System for Award Management. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. (b) Insert the provision 52.204-17, Ownership or Control of Offeror, in all solicitations that include the provision 52.204-16, Commercial and government Entity Code Reporting. (c) Insert the clause 52.204-18, Commercial and Government Entity Code Maintenance, in all solicitations and contracts when the solicitation contains the provision 52.204-16, Commercial and Government Entity Code Reporting. The contracting officer shall insert the clause 52.204-19, Incorporation by Reference of Representations and Certifications, in all solicitations and contracts. The contracting officer shall-- (a) Include the provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation, in each solicitation for the acquisition of products or services (including construction); and (b) Include the clause 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, in each solicitation and contract for the acquisition of products or services (including construction). (d) The contracting officer shall insert the provision 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, in all solicitations. Insert the following provision in solicitations for the acquisition of commercial items: (1) The provision 52.212-1, Instructions to Offerors -- Commercial Items. This provision provides a single, streamlined set of instructions to be used when soliciting offers for commercial items and is incorporated in the solicitation by reference (see Block 27a, SF 1449). The contracting officer may tailor these instructions or provide additional instructions tailored to the specific acquisition in accordance with 12.302. Insert the clause in solicitations and contracts for the acquisition of commercial items: The clause 52.212-4, Contract Terms and Conditions -- Commercial Items. This clause includes terms and conditions which are, to the maximum extent practicable, consistent with customary commercial practices and is incorporated in the solicitation and contract by reference (see Block 27, SF 1449). Use this clause with its Alternate I when a time-and-materials or labor-hour contract will be awarded. The contracting officer may tailor this clause in accordance with 12.302. The contracting officer shall insert the clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, in all solicitations and contracts. Insert the clause 52.225-13, Restrictions on Certain Foreign Purchases, in solicitations and contracts, unless an exception applies (Office of Foreign Assets Control). (a) The contracting officer shall insert the clause ” (1) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management, in all solicitations and contracts that include the provision 52.204-7 or an agency clause that requires a contractor to be registered in the SAM database and maintain registration until final payment, unless ” (i) Payment will be made through a third party arrangement (see 13.301 and paragraph (d) of this section); or (ii) An exception listed in 32.1103(a) through (i) applies. The contracting officer shall include in all solicitations the provision 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications. The contracting officer shall insert the clause 52.232-39, Unenforceability of Unauthorized Obligations in all solicitation and contracts. Insert the clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, in all solicitations and contracts. Use the clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. Use the clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, in all solicitations and contracts. Use the provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials, in all solicitations, including solicitations using FAR part 12 procedures for the acquisition of commercial items and solicitations for task and delivery orders. Use the clause 252.204-7003, Control of Government Personnel Work Product, in all solicitations and contracts. When using the clause FAR 52.204-7, System for Award Management, use the provision with 252.204-7004, Alternate A, System for Award Management. (a) Use the provision 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. Use the clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items Use the clause 252.204-7015, Disclosure of Information to Litigation Support Contractors, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. Use the clause 252.225-7048, Export-Controlled Items, in all solicitations and contracts. (a) Except as provided in 232.7002(a), use the clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, in solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. Use the clause 252.232-7010, Levies on Contract Payments, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. Use the clause 252.243-7001, Pricing of Contract Modifications, in solicitations and contracts when anticipating and using a fixed price type contract. Use the clause 252.244-7000, Subcontracts for Commercial Items, in solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. (b)   Use the basic or one of the alternates of the clause 252.247-7023, Transportation of Supplies by Sea, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items, except those for direct purchase of ocean transportation services. (1) Use the basic clause unless any of the supplies to be transported are commercial items that are ” (i) Shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations when the contract is not a construction contract; or (ii) Commissary or exchange cargoes transported outside of the Defense Transportation System when the contract is not a construction contract. (2) Use the alternate I clause if any of the supplies to be transported are commercial items that are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations when the contract is not a construction contract. (2) Use the alternate I clause if any of the supplies to be transported are commercial items that are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations when the contract is not a construction contract. (3) Use the alternate II clause if any of the supplies to be transported are commercial items that are commissary or exchange cargoes transported outside of the Defense Transportation System (10 U.S.C. 2643), when the contract is not a construction contract The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-9 - Personal Identity Verification of Contractor Personnel; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed For Debarment; 52.209-10 “ Prohibition on Contracting With Inverted Domestic Corporations; 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.222-3 - Convict Labor; FAR 52.223-5 - Pollution Prevention and Right-To-Know Information; FAR 52.233-3 - Protest after Award; FAR 52.233-4 - Applicable Law for Breach of Contract Claim; FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: DFARS 252.204-7000 - Disclosure of Information; DFARS 252.209-7999 Deviation - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System ”Statistical Reporting in Past Performance Evaluations; DFARS 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein in full text (see attachment): FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-2 - Evaluation - Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items Alt I; FAR 52.212-5 Deviation - Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items; FAR 52.219-28 - Post-Award Small Business Program Re-representation; FAR 52.222-22 - Previous Contracts and Compliance Reports; FAR 52.222-25 - Affirmative Action Compliance; FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires; FAR 52.252-1 - Solicitation Provisions Incorporated By Reference; FAR 52.252-2 - Clauses Incorporated By Reference; FAR 52.252-5 - Authorized Deviations in Provisions; FAR 52.252-6 - Authorized Deviations In Clauses; DFARS 252.203-7994 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation (DEVIATION 2017-O0001); DFARS 252.203-7995 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001); DFARS 252.232-7006 - Wide Area Workflow Payment Instructions; Local Clause 5252.243-9400 - Authorized Changes Only By The Contracting Officer. The vendor must be actively registered in the NAICS code of 611699 at the time of closing to be considered for award of any resulting contract. Failure to be properly registered at the time and date of closing will render the quote non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0000abcff017670ff3ffc7ffbbf4c8a3)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04680558-W 20170917/170915232020-0000abcff017670ff3ffc7ffbbf4c8a3 (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.