Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

X -- GUN RANGE USE

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Groton Office Box 500 Bldg. 84/2 Subase NLON Groton, CT
 
ZIP Code
00000
 
Solicitation Number
N0018918QG275
 
Response Due
9/4/2018
 
Archive Date
10/4/2018
 
Point of Contact
Jennifer Patton 860-694-3207 860-694-4271 Fax
 
E-Mail Address
jennifer.m.patton@navy.mil
(jennifer.m.patton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures 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 N0018918QG275. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87-2 and DFARS Publication Notice 20160325. It is the responsibility of the vendor 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 713990 and the Small Business Standard is $7.5 Million Dollars. The requirement is unrestricted and has been approved by the Small Business Specialist. The U.S. Navy Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, VA requests responses from qualified sources capable of providing a Shooting Range within 55 miles of the Naval Submarine Base NLON (1 Crystal Lake Road, Groton, CT 06349) according to the incorporated Statement of Work in 18QG275. Period of Performance Base Year: 01 October 2018 to 30 September 2019 Option Year 1: 01 October 2019 to 30 September 2020 Option Year 2: 01 October 2020 to 30 September 2021 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 provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (APR 2016) Alternate I 52.212-4Contract Terms and Conditions “ Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-22Previous Contracts and Compliance Reports 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers with Disabilities 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-18Availability of Funds 52.232-33Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DOD Officials 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line-Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Quotes must be submitted via email to jennifer.m.patton@navy.mil or fax (860) 694-4271 by 04 September, 2018 at 1100 a.m. EST (Groton, CT local time) and must include the three mandatory documents FAR 52.203-18, FAR 52.209-11, and 52.222-52 to be considered for award. If there are any questions, please contact Ms. Jennifer Patton who can be reached at telephone (860) 694-3207 or email jennifer.m.patton@navy.mil. Award will be made to the lowest priced qualified offer within the travel distance. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/2404/N0018918QG275/listing.html)
 
Place of Performance
Address: Within 55 Miles, 1 Crystal Lake Rd., Groton, CT
Zip Code: 06349
 
Record
SN05055218-W 20180826/180824231304-46fc63f192f1f2f6bff980f86a6c1bad (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.