SOLICITATION NOTICE
J -- USS Chafee Habitability Renovation - Performance Work Statement
- Notice Date
- 9/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811420
— Reupholstery and Furniture Repair
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Pearl, Bldg. 475-2, Code 200, 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii, 96860-4549, United States
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-13-T-3122
- Point of Contact
- Ryan Fernandez, Phone: 8084737921
- E-Mail Address
-
ryan.fernandez@navy.mil
(ryan.fernandez@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, using Simplified Acquisition Procedures 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 IS NOT AVAILABLE. This request for quotation number is N00604-13-T-3122. 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 http://acquisition.gov/far/. The NAICS code is 811420 and the Small Business Standard is $7.0M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing habitability renovation service for the USS Chafee at Joint Base Pearl Harbor-Hickam in accordance with the Performance Work Statement. CLIN DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Renovation of commanding officer's cabin 1 GROUP Period of performance is September 16-30, 2013 with equipment delivered no later than September 25, 2013. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.212-1, Instructions to Offerors 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 including 52.219-6, Notice of Total Small Business Set-Aside 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 52.232-36, Payment by Third Party 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 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, System for Award Management 252.225-7000, Buy American Statute - Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes if the Representations and Certifications is not updated in System for Award Management (SAM). Offerors shall also include a completed copy of 252.225-7000 if applicable. Quotes received shall be itemized with prices and descriptions for the equipment and services being offered. This announcement will close with quotes due at 8:00AM, Hawaii Standard Time on Thursday, September 12, 2013. Offerors shall submit quotes to the Contracting Officer, Ryan Fernandez via email at ryan.fernandez@navy.mil. Questions on this solicitation must be submitted no later than 12:00PM, Hawaii Standard Time on Tuesday, September 10, 2013. Offerors must be registered with SAM (formerly CCR) to be considered for award. Contract award will be based on lowest price technically acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-13-T-3122/listing.html)
- Place of Performance
- Address: Joint Base Pearl Harbor-Hickam, Hawaii, 96860, United States
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN03172978-W 20130906/130904235103-ba54aae46e04ecd6743300156a60dd75 (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 |