Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

F -- Halona Valley, Lualualei Arthropod Surveys, Joint Base Pearl Harbor Hickam, Lualualei Annex, Oahu, Hawaii

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274218Q1808
 
Response Due
7/13/2018
 
Archive Date
7/13/2018
 
Point of Contact
Norine Horikawa 808-471-1887
 
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 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 N62742-18-Q-1808. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97-1-1-18 and DFARS Publication Notice 20180323. 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 541620 and the Small Business Standard is $15,000,000 average annual receipts over the past three years. This acquisition is advertised on an unrestricted basis. The Small Business Office concurs with this decision. The proposed contract action is for commercial services for which Naval Facilities Engineering Command Pacific (NAVFAC Pacific) intends to solicit and negotiate with only one source under the authority of FAR 13.106(b), Soliciting from only one source for purchases not exceeding the simplified acquisition threshold. 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 closing date will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses received 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 procurement. Period of performance is one year from date of award. Location of the work is in the general vicinity of Lualualei, Halona Valley. The objectives are Perform surveys for Hawaiian yellow face bees, Hawaii picture wing flies, and Welch ™s weevil in a Sapindus grove higher up in the Valley, approximately southeast from the 2016 survey area, in the back of gulch. Surveys include insect identification to the lowest practical taxonomic level. Objective is to construct/update a database of all insects caught/observed and prepare a final report of the surveys, to include a description of any notable findings and/or recommendations. Unless otherwise specified in the order, the Contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items. 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 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) This announcement will close at 10:00 a.m. on July 13, 2018. Submit quotes via email at norine.horikawa@navy.mil. Contact Norine Horikawa via email at norine.horikawa@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. SUBMISSION REQUIREMENTS: a. Brief description of the methodology of conducting the work b. Price Sheet, attached c. Completed copy of 52.212-3, attached 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, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ATTACHMENTS: 1. Statement of Work 2. SCA WD 2015-5691 Rev 6 dtd 01-10-2018 3. Price Sheet 4. FAR 52.212-3, -4, and -5 ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274218Q1808/listing.html)
 
Record
SN04986328-W 20180713/180711230750-696bc433829f59f916622d019af3bbfc (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.