Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2015 FBO #4883
SOLICITATION NOTICE

J -- plastic media blast, clean strip and paint H-1 aircraft

Notice Date
4/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415T0034
 
Response Due
5/7/2015
 
Archive Date
5/22/2015
 
Point of Contact
Kimberly Rieder 619-556-5239
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13.5 Test Program for Certain Commercial Items and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation. A Request for Quotation (RFQ) is being requested. A written solicitation will not be issued. The Solicitation number is N00244-15-T-0034. The RFQ and incorporated provisions and clauses are those in effect through FAR Fac 2005-80, Effective 02 March 2015 and DFARS-DPN 201500406. This solicitation is issued as a 100% small business set aside. NAICS Code 488190 Other Support Activities for Air Transportation is applicable and business size is $32.5 million. ************************************************************************** Line Item 0001: On-site services required to blast, clean, strip and paint H-1 Aircraft located in Hawaii in accordance with the attached statement of work. Period of performance: Date of Award through September 30, 2015 Max Qty. 2 EACH Line Item 0002: On-site services required to paint H-1 Aircraft located in Hawaii in accordance with the attached statement of work. This unit requires painting only. All blasting, cleaning, and stripping have already been performed by the Government. Period of performance: Date of Award through September 30, 2015 Max Qty. 1 EACH Line Item 0003: Periodic Maintenance of PMB/Stripping Support Equipment in accordance with paragraph 5.1 of the Statement of Work. Period of performance: Date of Award through September 30, 2015 Max Qty. 3 EACH Line Item 1001 (Option Item): On-site services required to blast, clean, strip and paint H-1 Aircraft located in Hawaii in accordance with the attached statement of work. Period of performance: October 1, 2015 through September 30, 2016 Max Qty. 6 EACH Line Item 1002 (Option Item): Periodic Maintenance of PMB/Stripping Support Equipment in accordance with paragraph 5.1 of the Statement of Work. Period of performance: October 1, 2015 through September 30, 2016 Max Qty. 6 EACH Line Item 2001 (Option Item): On-site services required to blast, clean, strip and paint H-1 Aircraft located in Hawaii in accordance with the attached statement of work. Period of performance: October 1, 2016 through September 30, 2017 Max Qty. 4 EACH Line Item 2002 (Option Item): Periodic Maintenance of PMB/Stripping Support Equipment in accordance with paragraph 5.1 of the Statement of Work. Period of performance: October 1, 2016 through September 30, 2017 Max Qty. 4 EACH Line Item 3001 (Option Item): On-site services required to blast, clean, strip and paint H-1 Aircraft located in Hawaii in accordance with the attached statement of work. Period of performance: October 1, 2017 through September 30, 2018 Max Qty. 6 EACH Line Item 3002 (Option Item): Periodic Maintenance of PMB/Stripping Support Equipment in accordance with paragraph 5.1 of the Statement of Work. Period of performance: October 1, 2017 through September 30, 2018 Max Qty. 6 EACH Line Item 4001 (Option Item): On-site services required to blast, clean, strip and paint H-1 Aircraft located in Hawaii in accordance with the attached statement of work. Period of performance: October 1, 2018 through September 30, 2019 Max Qty. 4 EACH Line Item 4002 (Option Item): Periodic Maintenance of PMB/Stripping Support Equipment in accordance with paragraph 5.1 of the Statement of Work. Period of performance: October 1, 2018 through September 30, 2019 Max Qty. 4 EACH FOB Destination. Inspection and acceptance will be made at Destination by the Government at Marine Corps Base Hawaii (MCHB) Kaneohe Bay, HI. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) multiple award delivery order contract. Attachment #1: Statement of Work (SOW) Attachment #2: Aircraft Stripping Painting Task List Attachment #3: Past Performance Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to kimberly.rieder@navy.mil received no later than COB 5:00PM (PST) on April 20, 2015. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses/Provisions are applicable: FAR 52.204-7, System for Award Management FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; The Government intends to award Firm Fixed Price multiple award contracts resulting from this solicitation on a technically acceptable, lowest price basis to the responsible quoting contractor whose quote conforming to the solicitation is evaluated and determined technically acceptable to the Government. The following factors shall be used to evaluate a contractor s quote: (1) Technical Capability; Sub-Factor: (a) Technical Narrative (b) Painter Qualifications (2) Past Performance Information; (3) Price; Technical Capability has two sub factors : a and b, which are weighted equally. Each will be rated Acceptable or Unacceptable. Technical Acceptable/Unacceptable ratings are defined as follows: Acceptable: Quote clearly meets the minimum requirements of the solicitation Unacceptable: Quote clearly meets the minimum requirements of the solicitation Quoting contractors will be evaluated first under Technical Capability, and its two sub factors. Only those quotes receiving an Acceptable rating for both sub factors will be given an overall rating of Acceptable for Technical Capability. Quotes rated Acceptable for Technical Capability, will then be evaluated for Past Performance Information (PPI). Quotes will be rated as Acceptable, Unacceptable or Neutral for PPI. Only those quotes receiving a Technical Capability rating of Acceptable and either an Acceptable or Neutral Rating for PPI will be evaluated for price. Quotes that do not provide any technical information or information that does not provide sufficient data to allow the Government to make a reasonable determination of capability will be rated Unacceptable. A rating of Unacceptable will preclude any further evaluation of a quote submitted by the quoting contractor. (a) Technical Narrative (TN): The TN section shall include technical data as described below. Contractors shall submit technical data in the form of a (TN) no longer than five (5) pages in length. The TN shall address each phase of the required services and clearly and sufficiently demonstrate to the Government that the Contractor has knowledge of all phases of the processes involved with the blasting, stripping and painting services identified in the statement of work. Using words such as will comply with the SOW will not satisfy this requirement unless accompanied by an explanation of how the contractor will comply with the requirement. The TN shall provide sufficient information to demonstrate the contractor s knowledge of the referenced equipment and their capability in performing maintenance and repair work to the equipment listed in the solicitation. The TN should provide sufficient information that reflects the contractor s ability to comply with the specified list of documents, and also comply with all applicable federal, state, local laws and regulations. Quoting contractors are cautioned not to repeat parts of the SOW verbatim in their TN. Using phrases such as, the tasks will be performed in accordance with the SOW or other similar general references to a quoting contractor s capability will not be considered acceptable for evaluation purposes. (b) Painter Qualifications: Contractor employees shall have the necessary qualifications to perform the specified tasks involved with the blasting, stripping and painting, cleaning, removal and application of protective paint finishes and instructional stencils and markings on H-1 aircraft as identified by Attachment 2. Acceptable qualifications may include on-the-job experience with the performance of identical tasks under the SOW and Attachment 2, on three to five like or similar aircraft, within a one to two year timeframe. (2) Past Performance Information (PPI): Only those quotes rated Acceptable for Technical Capability will be further evaluated under Factor (2) Past Performance. Past Performance factors shall be rated as ACCEPTABLE , UNACCEPTABLE or NEUTRAL Past Performance ratings are defined as followed: Acceptable:Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service.. Unacceptable:Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and/or inadequate equipment Neutral: No relevant past performance data available for evaluation. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral. Quoting contractors shall provide Past Performance data, using the forms provided at Attachment 3. Data should address your companies three most recently completed Federal Government or commercial contracts where the same type or similar services have been performed as identified under this solicitation. Data submitted shall not have exceeded (3) years since completion for same or similar services required by this solicitation. See Attachment 3for the Past Performance Information data sheet. This performance data information sheet will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. Past performance information submitted will be used to make a determination of whether the quoting contractor has a satisfactory record of past performance and will, therefore, be more likely to perform on schedule and within budget. Quoting contractors should, therefore, provide performance history and references to demonstrate capability and performance. The Government will give an Acceptable Past Performance rating to proposals where the quoting contractor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. Quotes that are rated unacceptable for Past Performance will not be eligible for award. Quoting contractors rated neutral for PPI may not be competitive when compared to quoting contractors receiving an acceptable rating. (3) Pricing: Contractors shall provide the following pricing information: The Contractor shall provide calculated itemized pricing for the services specified in this Request for Quote to include all material costs, labor costs, and transportation charges to Kaneohe Bay, HI, and a total cost of performance. The contractor shall provide any published/commercial price/labor rate listings. The itemized cost will be used for evaluation purposes only. All option years will be evaluated as part of the award process. (4) General Requirements The Government may reject any or all proposals, if such action is in the best interest of the Government. The Government may waive informalities and minor irregularities in proposals received. The Government intends to evaluate proposals and award a contract(s) without discussions with quoting contractors (except clarifications) as described in FAR 15.306(a)). The Government reserves the right to conduct discussions as necessary. Therefore, the quoting contractor s initial proposal should contain the quoting contractor s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition IAW FAR 52.215-1. FAR 52.212-3 Alt1, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 2014; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.203-3 Gratuities FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from effective date of the contract through 30 September 2015. ORDERING PERIOD, OPTION YEAR 1 (LINE ITEM 1001) Upon exercise of the option, the ordering period shall extend from 1 October 2015 through 30 September 2016. ORDERING PERIOD, OPTION YEAR 2 (LINE ITEM 2001) Upon exercise of the option, the ordering period shall extend from 1 October 2016 through 30 September 2017. ORDERING PERIOD, OPTION YEAR 3 (LINE ITEM 3001) Upon exercise of the option, the ordering period shall extend from 1 October 2017 through 30 September 2018. ORDERING PERIOD, OPTION YEAR 4 (LINE ITEM 4001) Upon exercise of the option, the ordering period shall extend from 1 October 2018 through 30 September 2019. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 6 aircraft; (2) Any order for a combination of items in excess of 6 aircraft; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 days. (End of Clause) FAR 52.217-5 Evaluation of Options FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day 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 55 months. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23050 - Aircraft, Painter $24.52 FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification FAR 52.228-5 Insurance -- Work on a Government Installation FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-4 Applicable Law for Breach of Contract claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.201-7000 Contracting Officers Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alt. A, System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American Balance of Payments Program. DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea WAGE DETERMINATION WD 05-2153 (Rev.-19) was first posted on www.wdol.gov on 12/30/2014 ********************************************************************************* REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2153 Diane C. Koplewski Division of | Revision No.: 19 Director Wage Determinations| Date Of Revision: 12/22/2014 _______________________________________|____________________________________________ Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Service Contract Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. _________________________________________________________________________________ States: American Samoa, Hawaii Area: American Samoa Statewide Hawaii Statewide OCCUPATION NOTE: STEVEDORING AND LONGSHOREMEN: Wage rates and fringe benefits can be found on Wage Determination 2000-0085 _________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 23000 Mechanic and Maintenance and Repair Occupations 23050 - Aircraft, Painter 28.25 MINIMUM AND MAXIMUM QUANTITIES As referred to in paragraph (b) of the 52.216-22 Indefinite Quantities clause of this contract, the contract minimum quantity is a total of 1. The maximum quantity is the total estimated quantity for each item as set forth in the schedule. The maximum quantity shall not be exceeded except as may be provided by formal modification to the contract. DESIGNATION OF ORDERING ACTIVITY The following Naval activity is hereby authorized to place delivery orders: [ ] Activity: Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) Contracting Department [ ] Mailing Address: 3985 Cummings Road, Bldg 116 San Diego, CA 92136-4200 The Contracting Officer will issue a letter to the contractor coincident with contract award listing the authorized ordering officer(s) by name. The authorized ordering officer is responsible for issuing and administering any orders placed hereunder. Ordering officers have no authority to modify any provision of the basic contract. Any deviations from the terms of the basic contract must be submitted to the Procuring Contracting Officer (PCO) for contractual action. Terminations of delivery orders for convenience or for default shall be issued only by the PCO. CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES In order to expedite administration of this contract/order, the following delineation of duties is provided including the names, addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contacted for any questions, clarifications or information regarding the functions assigned. 1. PROCURING CONTRACTING OFFICER (PCO) is responsible for: a. All pre-award information, questions, or data, b. Freedom of Information inquiries, c. Change/question/information regarding the scope, terms or conditions of the basic contract document, and/or d. Arranging the post award conference (see FAR 42.503). Kimberly Rieder Contract Specialist NAVSUP FLCSD, Regional Contracts Dept., Code 240 3985 Cummings Road, Bldg 116 San Diego, CA 92136-4200 619-556-5239, Email: kimberly.rieder@navy.mil Maria Papet Contracting Officer NAVSUP FLCSD, Regional Contracts Dept., Code 240 3985 Cummings Road, Bldg 116 San Diego, CA 92136-4200 619-556-6850, Email: Maria.papet@navy.mil 2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 and DFARS 242.302 except in those areas otherwise designated herein. Kimberly Rieder Contract Specialist NAVSUP FLCSD, Regional Contracts Dept., Code 240 3985 Cummings Road, Bldg 116 San Diego, CA 92136-4200 619-556-5239, Email: kimberly.rieder@navy.mil Maria Papet Contracting Officer NAVSUP FLCSD, Regional Contracts Dept., Code 240 3985 Cummings Road, Bldg 116 San Diego, CA 92136-4200 619-556-6850, Email: maria.papet@navy.mil 3. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented. N68732 DFAS Cleveland PO Box 4. TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technical assistance and support to the contracting officer in contract administration by: Gary Williams Primary POC Phone: Email: James Carver Secondary POC Phone: Email: a. Identifying contractor deficiencies to the contracting officer; b. Reviewing contract/delivery/task order deliverables and recommending acceptance/rejection of the deliverables; c. Identifying contractor noncompliance of reporting requirements; d. Evaluating contractor proposals for specific contracts/orders and identifying areas of concern affecting negotiations; e. Reviewing contractor reports providing recommendations for acceptance/rejection; f. Reviewing invoices for appropriateness of costs and providing recommendations to facilitate certification of the invoice; g. Providing contracting officer with timely input regarding the SOW, technical direction to the contractor and recommending corrective actions; and h. Providing written reports to the contracting officer as required concerning trips, meetings or conversations with the contractor. 5. ORDERING OFFICER is responsible for: a. Requesting, obtaining, and evaluating proposals for orders to be issued; b. Determining the estimated cost of the order is fair and reasonable for the effort proposed; c. Obligating the funds by issuance of the delivery/task order. d. Authorization for use of overtime. e. Authorization to begin performance; and/or f. Monitoring of total cost of delivery/task orders issued. The following limitations/restrictions are placed on the Ordering Officer: a. Type of order issued is limited by this contract to pricing arrangements; b. No order shall be placed in excess of 1 without the prior approval of the PCO. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 3rd floor, San Diego, CA 92136. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractor s should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES 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. End of Clauses/Provisions. Quotation information may be submitted via email. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-15-T-0034 on all documents and requests for information. Quotes must be received no later than COB 1700 (PST) on May 07, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0034/listing.html)
 
Record
SN03690423-W 20150408/150406234843-a328d0b6a03966ba532b44a2d94ecebe (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.