Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

70 -- Haystack Gold - Combined Synopsis / Solicitation

Notice Date
8/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, CODE 200, 1968 GILBERT STREET, SUITE 600, NORFOLK, Virginia, 23511-3392, United States
 
ZIP Code
23511-3392
 
Solicitation Number
N5005413RCHB146
 
Archive Date
9/18/2013
 
Point of Contact
Scott E. Stewart, Phone: 7574435612
 
E-Mail Address
scott.e.stewart1@navy.mil
(scott.e.stewart1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation HAYSTACK Gold This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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. The RFQ number is N5005413RCHB146. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. 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 519190 and the Small Business Standard is $25.5 Million. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 proposals 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. The NAVSUP Fleet Logistics Center - Norfolk requests responses from qualified sources capable of providing: 1.) Haystack Gold Logistics Service with the Navy APL/AEL Service via the Internet, with Updating Service (20 Users, 72 Locations), & 2.) Haystack Gold Logistics Service with the Navy APL/AEL Service via DVD with Updating Service (72 Users, 72 Locations) 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 provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 Central Contractor Registration 52.204-13 Central Contractor Registration Maintenance 52.212-1 Instructions to Offerors--Commercial Items 52.212-3, 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 52.203-6 Restrictions on Subcontractor Sales to The Government 52.203-6 Restrictions on Subcontractor Sales to The Government - Alternate I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-54 Employment Eligibility Verification 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 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.215-20 Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.233-2 Service of Protest 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.247-34 F.O.B. Destination 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: 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.209-7001 Disclosure of Ownership... Terrorist Country 252.209-7004 Subcontracting With Firms... Terrorist Country 252.211-7003 Item Identification and Valuation 252.212-7000 Offeror Reps and Certs - Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 5252.243-9400 Authorized Changes by the KO This announcement will close at 1:00 p.m. (EST) on Tuesday, 3 September, 2013. Contact Scott Stewart who can be reached at 757-443-5612 or email scott.e.stewart1@navy.mil. 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) [Formerly CCR - Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. 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. Quotes shall be submitted via email to scott.e.stewart1@ navy.mil (quotes in excess of 15 pages will not be considered). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N5005413RCHB146/listing.html)
 
Place of Performance
Address: Norfolk, Virginia, United States
 
Record
SN03163719-W 20130829/130827235235-536f4f52d002cc85ebf7e6fd9206711f (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.