Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

J -- 059

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0264
 
Response Due
7/27/2012
 
Archive Date
8/11/2012
 
Point of Contact
Caitlin Dunlow (757) 443-1324
 
E-Mail Address
caitlin.dunlow@navy.mil
(caitlin.dunlow@navy.mil)
 
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 (http://www.neco.navy.mil/). The RFQ number is N0018912T0264. 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 NAICS code is 811213 and the Small Business Standard is $10 Million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). 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 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. Sole Source provider is Onyx Technical Services, Inc., 800 Prin Court Ste A, Chesapeake, VA 23320. Period of performance is as follows: LOTPeriod of Performance Base Year30 July 2012 “ 29 July 2013 Option Year I30 July 2013 “ 29 July 2014 Option Year II30 July 2014 “ 29 July 2015 Option Year III30 July 2015 “ 29 July 2016 Option Year IV30 July 2016 “ 29 July 2017 FOB Destination to zip 23511. This supply/services action is for: (1)Onyx Lifeline Silver: Lifeline Silver Maintenance Service “ Classrooms A,B, and C. Include quarterly scheduled maintenance of 24 hours plus an additional 32 hours of unscheduled service. Equipment covered: 4 projectors, 3 podiums, and smartboards, (1)Onyx Lifeline Silver: Lifeline Silver Maintenance Service “ CO ™s Conference Rooms (small and large) and JACK Room, to include quarterly scheduled maintenance of 24 hours plus an additional 32 hours of unscheduled service. Equipment covered: projector, podium, small AV system, plasma and rack. The required supplies are sole source to Onyx Technical Services, Inc as the internal Creston controller that controls all functions possesses proprietary information. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 CCR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations “ Representation (May 2012) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), The following clauses apply and are incorporated by reference: 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 Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-36 Payment made by Third Party (Feb 2010) 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. 52.215-5 Facsimile Proposals; 52.232-18 Availability of Funds 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.237-7010 Prohibition on Interrogatoin of Detainees by Contractor Personnel (NOV 2010) 252.247-7023 Alt III Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments (DEC 2006) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A CCR Alternate A 52.252-2 Clauses Incorporated by Reference 252.223-7008 Prohibition of Hexavalent Chromium 252.209-7998 (Dev) Representation Regarding Confiction of a Felony Criminal Violation Under and Federal or State Law (MAR 2012) The following clauses are incorporated by full text; 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 7 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses http://acquisition.gov/comp/far/ DFAR Clauses http://www.acq.osd.mil/dpap/dars/dfars/ 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. 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 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, where the awarding agency is aware of the unpaid 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. 5252.204-9400 CONTRACTOR ACCESS TO FEDERALLY CONTROLLED FACILITIES AND/OR UNCLASSIFIED SENSITIVE INFORMATION OR UNCLASSIFIED IT SYSTEMS (May 2010) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 “ œDoD Implementation of Homeland Security Presidential Directive “ 12 (HSPD-12)  dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor ™s Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command ™s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor ™s Security Representative. The Contractor ™s Security Representative shall be the primary point of contact on any security matter. The Contractor ™s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive Positions Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor ™s Security Representative must submit for all employees each of the following: * SF-85 Questionnaire for Non-Sensitive Positions * Two FD-258 Applicant Fingerprint Cards * Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor ™s Security Representative shall be responsible for initiating reinvestigations as required. Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. Sensitive Positions Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access. To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete: * SF-85P Questionnaire for Public Trust Positions * Two FD-258 Applicant Fingerprint Cards * Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. To maintain continuing authorization for an employee to access a DoD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor ™s Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems Access When access to IT systems is required for performance of the contractor employee ™s duties, such employees shall in-process with the Navy Command ™s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual ™s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command ™s Security Manager at least 30 days prior to the individual ™s start date. Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor ™s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval Process The Contractor ™s Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command ™s Security Manager. The Contractor ™s Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command ™s Security Manager. Forms and fingerprint cards may be obtained from the Navy Command ™s Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee ™s anticipated date for reporting for duty. The Navy Command ™s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command ™s Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command ™s Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command ™s Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee ™s performance under the contract. The Navy Command ™s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information. 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) NAVSUP FLC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company ™s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 2:00PM EST on Friday, July 27th, 2012. Contact Caitlin Dunlow who can be reached at (757) 443-1324 or email caitlin.dunlow@navy.mil. Offers may be emailed to caitlin.dunlow@navy.mil or faxed to (757) 443-1424 - Attention: Caitlin Dunlow, Code 240C, reference N0018912T0264 on your proposal. The NAICS code is 811213 and the Small Business Standard is $10 Million. This proposed contract is sole source to Onyx Technical Services, Inc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0264/listing.html)
 
Record
SN02815027-W 20120727/120726000102-92b93c4734d85c085c112bdf7f844c7f (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.