SOLICITATION NOTICE
L -- EPTG TECHNICAL ASSISTANCE SERVICES
- Notice Date
- 4/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060415T3057
- Response Due
- 4/20/2015
- Archive Date
- 5/5/2015
- Point of Contact
- JULIE NGUYEN-LIVIC 808-473-7579 NELSON UEHARA
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3057. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-81 and DFARS Publication Notice 20150406. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541330 and the Small Business Standard $15M. This is a non-competitive, sole source, unrestricted action. The Small Business Office concurs with the unrestricted decision. The NAVSUP Fleet Logistics Center Pearl Harbor requests a quotation for the following: CLIN 0001- Technical Assistance Services IAW Performance Work Statement. 1Group $________________ Applicable Attachment: Performance Work Statement, DD254, WAGE DETERMINATION 2005-2153 REV19 Period of performance is 22 April 2015- 28 April 2015. Please provide exceptions to this if not feasible annotating earliest availability. The following FAR provision and clauses are applicable to this procurement: 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 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 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 52.219-28 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 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - SAM 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates 52.222-55 Minimum Wages Under Executive Order 13658 52.222-99 Establishing a Minimum Wage for Contractors (Deviation) 52.223-5 Pollution Prevention and Right-to-Know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes, along with completed copies of 52.22-52 (if applicable) and 252.209-7992 Deviation. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEVIATION 2015-O0010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2015 Appropriations (Dev 2015 OO0005) 252.223-7006 Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.225-7993 Prohibition on Contracting with the Enemy(Dev 2014-O0020) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea This announcement will close at 20 April 2015 on 10:00AM HST. Contact Julie Nguyen-Livic who can be reached at 808-473-7579 or email julie.nguyen-livic@navy.mil or Nelson Uehara at 808-473-7681 or email nelson.uehara@navy.mil. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). 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 bids, proposals, or quotations 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. System for Award Management (SAM). 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/. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3057/listing.html)
- Place of Performance
- Address: PEARL HARBOR NAVAL SHIPYARD
- Zip Code: 667 SAFEGUARD ST STE 100, JBPHH, HI
- Zip Code: 667 SAFEGUARD ST STE 100, JBPHH, HI
- Record
- SN03701547-W 20150418/150416234357-8069fa47e7a823b521b9fb6bef48ae16 (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 |