Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

J -- Renewal of Inkjet Marking System

Notice Date
10/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883619R0002
 
Response Due
10/11/2018
 
Archive Date
10/12/2018
 
Point of Contact
Kenneth Brown 9047904538 Kenneth Brown
 
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 N68836-19-R-0002 This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100. 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 811310 and the Small Business Standard is $7.5 Mil. The Government intends to award a Firm Fixed Price sole source contract to Videojet Technologies, Inc.1500 Mittel Blvd. Wood Dale, IL 60191-1072. ITEM NO 0001 1 Year of service for preventive maintenance, upgrades to latest industry specifications, and repair for two (2) Videojet Model 1710 Inkjet Marking Printers located at FRCSE, Naval Air Station, Jacksonville, Florida 32212-0016, Building 101. POP: 13 October 2018 to 12 October 2019 and four (4) one-year options. The associated North American Classification System (NAICS) code is 811310 Printing Trade Machinery Repair and Maintenance Services. This procurement is being solicited as full and open competition. POP: 01 September 2018 to 31 August 2019 and four (4) one-year options. Delivery Location is: Bldg 101 NAS Jacksonville Fleet Readiness Center Southeast Jacksonville, FL 32212-0016 The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0013) 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers w/ Disabilities JUL 2014 52.222-48 Exemption from Application of SCLS to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements MAY 2014 52.222-50 Combating Trafficking in Persons 52.222-51 Exemption from Application of SCLS to Contracts for Maintenance, Calibration, or Reapair of Certain Equipment-Requirements MAY 2014 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.o.b. “ Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohinition on Interrogation of Detainees by Contractor Personnel Nov 2010 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea The POC for this requirement is Kenneth Brown who can be reached at 904-790-4538 or email kenneth.b.brown4@navy.mil. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 1:00 PM EST, 11 October 2018. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e5a898bfaebedd01c43f0b2ec0f16f44)
 
Place of Performance
Address: NAS Jacksonville
Zip Code: Bldg 101
 
Record
SN05119434-W 20181012/181010230816-e5a898bfaebedd01c43f0b2ec0f16f44 (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.