Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOLICITATION NOTICE

J -- Preventative Maintenance for a Spectrum Module Test System

Notice Date
7/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3154
 
Response Due
7/25/2012
 
Archive Date
8/9/2012
 
Point of Contact
Kristopher Tom 808-473-7555 Beverly Quevedo, 808-473-7620
 
Small Business Set-Aside
N/A
 
Description
The Regional Contracting Department, Fleet Logistics Center (FLC), Pearl Harbor, Hawaii intends to award a sole source, unrestricted contract to Teradyne, Inc for preventative maintenance for a Spectrum Module Test System. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, śOnly one responsible source and no other supplies or services will satisfy agency requirements. ť Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses 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. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13 Simplified Acquisition Procedures, as supplemented with 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 (http://www.neco.navy.mil/). The Request for Quotation (RFQ) number is N00604-12-T-3154. All prospective offerors are responsible for monitoring these sites for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120629. 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. The applicable NAICS Code is 811219 and the small business size standard is $19.0 million. The Government intends to award a Firm-Fixed Price contract for one-year product and software support for the Spectrum 9100 Test System; Serial Number 0921551. Coverage shall include Hotline and Software Support (HSSA) with 24 x 7 telephone and web-based support, fast parts replacement and repair services, as well as one day response of on-site engineering support, calibration services and two (2) preventative maintenance visits. PERFORMANCE SHALL BE IN ACCORDANCE WITH ATTACHED PERFORMANCE WORK STATEMENT (PWS). The period of performance is 01 October 2012 through 30 September 2013; Place of performance is Pearl Harbor Shipyard and IMF, Joint Base Pearl Harbor-Hickam, HI 96860. 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, Central Contractor Registration (CCR) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations -- Representations 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items, Paragraph (a); Award will be made to the responsible offeror proposing the lowest priced, technically acceptable offer. 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. The following clauses are incorporated by reference in 52.212-5: 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 - Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Purposed for Debarment. 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 “ Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor ”Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers With Disabilities 52.223-18 “ Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration 52.222-51 - Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Requirements 52.237-2, Protection of Government Building, Equipment, and Vegetation. 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7003, Control of Government Personnel Work Product. 252.204-7004 Alt A, Central Contractor Registration 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are incorporated by reference in 252.212-7001: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.225-7001 - Buy American Act and Balance of Payments Program 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.247-7023Alt III - Transportation of Supplies by Sea 252.223-7008 - Prohibition of Hexavalent Chromium 252.232-7010 - Levies on Contract Payments 252.209-7998, REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State 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 further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that have 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, 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. (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. (End of provision) 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (Apr 2008) 5252.243-9400 AUTHORIZED CHANGES BY THE KO (FEB 2008) 52.233-2, SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Fleet Logistics Center Pearl Harbor, 1942 Gaffney St., STE 100, JBPHH, HI 96860-4549. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Any questions regarding this solicitation must be made in writing and submitted no later than 11:00 a.m. Hawaii Standard Time (HST), 24 July 2012. Quotes are due no later than 4:00 p.m. HST, 25 July 2012. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Please submit all quotes to kristopher.m.tom@navy.mil or fax to (808) 473-3524. Quotes over 10 pages in total will not be accepted by facsimile. It is the contractor ™s responsibility to confirm receipt of quotes. To facilitate processing of your proposal please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your proposal. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ Registration must be current and in good standing. All quotes shall include unit price(s), extended price(s), and total price, a vendor point of contact, name and phone number, email address, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3154/listing.html)
 
Place of Performance
Address: Pearl Harbor Shipyard and Intermediate Repair Facility, Building Number 683, Room 207, Naval Submarine Base, JBPHH, HI
Zip Code: 96860
 
Record
SN02804983-W 20120719/120717235104-4ff16123f799fb205b64c8db410b3838 (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.