Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
SOLICITATION NOTICE

J -- Washer and Dryer Maintenance

Notice Date
8/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912R0043
 
Point of Contact
Lisa Sherman 757-443-1390
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 “ Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF A SOLICITATION WILL NOT BE AVAILABLE. The Request for Proposal (RFP) number is N00189-12-R-0043. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, Norfolk VA, 23511-3392 intends to issue a Firm Fixed-Price contract for maintenance support services of 334 each washer/dryer machines located at the Naval Support Activity South Potomac (NSASP) Dahlgren, VA; Navy Information Operation Command (NIOC) Fort Meade, MD; NSA Bethesda, MD and; Naval Air Station (NAS) Patuxent River, MD; The maintenance support services shall be performed during the period of 17 September 2012 through 16 September 2013. This RFP incorporates option provisions for four one-year option periods thereafter that will conclude on 16 September 2017. The North American Industry Classification System code for this acquisition is 811412 and the small business size standard is $14 million. This solicitation document incorporates provisions and clauses in effect through FAC 2005-53 and the Defense FAR Supplement (DFARS) interim and final rules. It is the responsibility of the contactor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is a competitive, 100 percent small business set-aside action. NAVSUP FLCN Contracting Department requests responses from qualified sources capable of providing the maintenance support services. FOB Destination applies. Responsibility and Inspection; unless otherwise specified, the offeror will be responsible for the performance of all maintenance support services. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. The following FAR and DFARS provisions and clauses are applicable to this procurement and are incorporated by reference: 52.204-9 “ Personal Identity Verification of Contractor Personnel (JAN 2011) 52.209-5 “ Certification Regarding Responsibility Matters (APR 2010) 52.212-1 - Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3 - Offeror Representations and Certifications--Commercial Items (APR 2012) Alternate I (APR 2011) 52.212-4 “ Contract Terms and Conditions “ Commercial Items (FEB 2012) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2012) 52.203-3 Gratuities (APR 1984) 52.203-6 “ Restrictions on Subcontractor Sales to the Government (DEC 2006) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6 “ Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.209-10 “ Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 “ Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8 “ Utilization of Small Business Concerns (JAN 2011) 52.219-28 - Post Award Small Business Program Representation (APR 2012) 52.222-3 - Convict Labor (JUN 2003) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 - Prohibition of Segregated Facilities (FEB 1999) 52.222-26 - Equal Opportunity (Mar 2007) 52.222-35 “ Equal Opportunity for Veterans (SEP 2010) 52.222-36 - Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 “ Employment Reports on Veterans (SEP 2010) 52.222-40 “ Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54 “ Employment Eligibility Verification (JAN 2009) 52.223-18 “ Encouraging Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-13- Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33- Payment by Electronic Funds Transfer-CCR (OCT 2003) 52.222-41 “ Service Contract Act of 1965 (NOV 2007) 52.222-42 “ Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-43 “ Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) 52.215-5 “ Facsimile Proposals (OCT 1997) 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) 52.232-18 “ Availability of Funds APR 1984) 52.237-2 “ Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 - F.O.B. Destination (NOV 1991) 52.252-1 “ Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 “ Clauses Incorporated by Reference (FEB 1998) 52.216-1 “ Type of Contract (APR 1984) 52.223-5 “ Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-11 “ Ozone-Depleting Substances (MAY 2001) 52.229-3 “ Federal, State and Local Taxes (APR 2003) 52.233-1 “ Disputes (JUL 2002) 52.233-2 “ Service of Protest (SEP 2006) 252.201-7000 “ Contracting Officer ™s Representative (DEC 1991) 252.203-7005 “ Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7003 “ Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A (SEP 2007) 252.209-7998 “ Representation Regarding Conviction of a Felony Criminal Violation Under any Federal or State Law (MAR 2012) 252.209-7999 “ Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (JAN 2012) 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2012) 252.203-7000 “ Requirements Relating to Compensation of Former DoD Officials (SEPT 2011) 252.225-7012 “ Preference for Certain Domestic Commodities (JUN 2010) 252.232-7003 “ Electronic Submission of Payment Requests (MAR 2008) 252.237-7010 “ Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 252.243-7002 “ Requests for Equitable Adjustment (MAR 1998) 252.247-7023 “ Transportation of Supplies by Sea (MAY 2002) 252.223-7008 “ Prohibition of Hexavalent Chromium (MAY 2011) 252.232-7010 - Levies on Contract Payments (DEC 2006) 252.215-7007 “ Notice of Intent to Resolicit (JUN 2012) 252.212-7000 “ Offeror Representations and Certifications “ Commercial Items (JUN 2005) 252.237-7016 “ Delivery Tickets (DEC 1991) 252.243-7001 “ Pricing of Contract Modifications (DEC 1991) In addition, the following NAVSUP FLCN clauses apply; 5252.243-9400 “ Authorized Changes Only by the Contracting Officer (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Patricia E. Munroe ADDRESS: NAVSUP Fleet Logistics Center Norfolk Contracting Department 1968 Gilbert St, Suite 600 Norfolk, VA 23511 (End of Clause) 5252.NS-046P - Prospective Contractor Responsibility (1 Aug 2001) (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 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. (End of provision) Vendors are reminded to include a completed copy of FAR 52.212-3 and DFARS 252.225-7020 with their submissions. Due to space limitation, the following attachments are a part of this combined synopsis/solicitation document; AttachmentsTitlesNo. of Pages 1FAR 52.212-1 Instructions to Offerors “ Commercial Items (FEB 2012) with addendum 5 2FAR 52.212-2 Evaluation “ Commercial Items (JAN 1999) 3 3Performance Work Statement 2 4Past Performance Questionnaire 3 5Quality Assurance Surveillance Plan (QASP) 2 6QASP Matrix 1 7Schedule of Services 9 8US Department of Labor Wage Determination No. 2005-2103 Rev. No. 12 dated 13 June 12 10 9Contract Administration Plan for FFP Contracts 3 10Pricing Form 10
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912R0043/listing.html)
 
Record
SN02852361-W 20120825/120824000351-65778f7a6b189bed67b3531732257c29 (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.