SOLICITATION NOTICE
J -- Repair/Upgrade Audio Video Sound System - Package #1
- Notice Date
- 9/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, Regional Contracts Dept (Code 200), 3985 CUMMINGS ROAD, BUILDING 116 - 3RD FLOOR, San Diego, California, 92136-4200, United States
- ZIP Code
- 92136-4200
- Solicitation Number
- N00244-13-T-0229
- Archive Date
- 10/5/2013
- Point of Contact
- Cindy Tafoya, Phone: 5626267378
- E-Mail Address
-
cindy.tafoya@navy.mil
(cindy.tafoya@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW Audio/Video Upgrade/Repair This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in 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 WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted in FEDBIZOPPS (www.fbo.gov). The RFQ number is N00244-13-T-0229. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130909. 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 811211 and the Small Business Size Standard is $7.0M. This requirement is a 100% Small business set aside. The NAVSUP Fleet Logistics Center San Diego, Regional Contracts Department, Seal Beach Division, requests responses from qualified sources capable of providing the following: Repair/Upgrade the Audio Video Sound System at the Naval Air Station Chapel, Lemoore, CA in accordance with the attached Statement of Work. The government intends to make a single award, firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 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 the following clauses applicable to paragraph (b) and (c): 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-14 -- Limitations on Subcontracting; 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; 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; 52.228-5 -- Insurance -- Work on a Government Installation; 52.232-33, Payment by Electronic Funds Transfer; 52.204-7 Central Contractor Registration; 52.245-9 -- Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Additional DFARS contract terms and conditions applicable to this procurement are: 212.301(f). Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items to include: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.223-7008 Prohibition of Hexavalent Chromium; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.232-7010 Levies on Contract Payments; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.243-7001 Pricing of Contract Modifications. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. A written notice of award or acceptance of an offer mailed or electronically furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This announcement will close at 1 PM PST on 20 September 2013. Submit offers via email to Cindy M. Tafoya who can be reached at (T) 562.626.7378 or email cindy.tafoya@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact within 3 days of the posted closing date. The Government will make every attempt to answer all questions in a timely manner. However, offerors cannot be quaranteed a response will be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-13-T-0229/listing.html)
- Place of Performance
- Address: Naval Air Station Chapel, Lemoore, California, United States
- Record
- SN03183397-W 20130913/130911235419-8a7672e23d24d8997197bf6f96eb23ee (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 |