Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

59 -- Replacement UV Lamps and Ancillary Parts for the Wastewater Treatment Plant at JBPHH, Pearl Harbor, HI

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
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
N0060416T3045
 
Response Due
3/29/2016
 
Archive Date
3/30/2016
 
Point of Contact
Norine Horikawa 808-473-7543
 
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 FEDBIZOPPS, and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3045. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-85 and DFARS Publication Notice DPN 20151230. 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 335129 and the Small Business Standard is 500 employees. This is a competitive, unrestricted acquisition. The Small Business Office concurs with this decision. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of delivering the following brand name items: DescriptionQTYU of IUnit PriceTotal 0001 “ UV Lamp, GA64T6HE, Angle Base 432Each$_______$___________ Trojan #794447-ORD 0002 “ O-Ring Sleeve Seal, 10 Pack 396 Each$_______$____________ Trojan #316144P 0003 - Sleeve, Quartz UV3+ 28 X 25 X 1950, 4 Pack 12Each$________$_____________ Trojan #316136-004 0004 “ Cylinder, Wiper, UV3+ Gen 2 10 Each$_________$____________ Trojan #326411 0005 “ Seal Kit, UV3+ Plastic Canister 370Each$__________$____________ Trojan #327122 0006 “ Sleeve Cup Nut, UV3+ Mod Ryton, 10 Pack 1Each$___________$______________ Trojan #316148P 0007 “ Freight 1Each $___________$______________ TOTAL OF ALL CLINS (FOB Destination)$_____________ Confirm that the items being provided are genuine Trojan parts exactly as specified above:____ YES ____ NO If a unit price is not included above, the total price for that CLIN will be divided by the quantity to arrive at a unit price. If the quantity multiplied by the quoted unit price does not equal the total CLIN price, the quoted unit price will be multiplied by the quantity to arrive at the quoted total CLIN price and the TOTAL PRICE will be recomputed accordingly. All items shall be new, no refurbished or used items will be accepted. Warranty shall be standard commercial warranty. All items are required to conform to all commercial standards. Delivery is 10 weeks after receipt of order, or sooner; Delivery Location is FOB Destination to Naval Facilities Engineering Command Hawaii, 400 Marshall Road, Building 44, JBPHH, HI, 96860. The supplier is responsible for the performance of all inspection requirements and quality control. Payment will be made by NAVFAC Hawaii Comptroller office via Electronic Funds Transfer (EFT). Evaluation of Quotes and Basis of Award (a) The Government will award a purchase order for commercial items resulting from this synopsis-solicitation to the responsible quoter whose quote, conforming to this solicitation, is evaluated to be the lowest priced technically acceptable (LPTA). The ratings for the technical factors shall be Acceptable or Unacceptable. The following factors shall be used to evaluate quotes. Technical Acceptability and Past Performance are the technical factors. Factor 1 - Technical Acceptability (meets solicitation requirements) Factor 2 - Past Performance (no less than Satisfactory/Acceptable performance ratings) AND Factor 3 “ Price (total evaluated price. The basis for the total evaluated price is the total of all CLINs) (b) Submission Requirements and Evaluation: Factor 1 “This acquisition is based on brand name items, therefore, technical acceptability will be evaluated on whether the specified brand name and part numbers for each item were quoted. Quotes based on items other than as specified will be evaluated Unacceptable. Factor 2 “ Do not submit past performance information. The Government will access the Past Performance Information Retrieval System (PPIRS) to obtain past performance information on your firm, utilizing the DUNS number obtained from the Systems for Award Management (SAM) website. If no past performance information is available, Factor 2 will be evaluated Unknown, which is considered Acceptable. If your firm has less than Satisfactory performance evaluations in PPIRS, you may submit acceptable explanations for the ratings for the Government ™s consideration. Acceptable explanations will result in an Acceptable rating for Past Performance. In order to be evaluated overall Acceptable, a rating of Acceptable shall be obtained for both Factors 1 and 2. If either one or both are rated Unacceptable, the entire technical quote will be rated Unacceptable and will be removed from further consideration for award. (c) The Government will evaluate all prices by listing the total of all CLINS (total evaluated price) from the lowest to the highest. The Government will take the five lowest quotes received and evaluate the corresponding technical factors for acceptability. Should the Government identify one quote that represents the lowest priced technically acceptable quote, the Government will make an award as long as the total evaluated price can be determined fair and reasonable. Should there be no technically acceptable quote among the first five lowest quotes, the Government will add the next lowest quote and will evaluate the corresponding technical factors for acceptability. The Government will continue this methodology of evaluation until a quote is evaluated to be the lowest priced technically acceptable quote. (d) Award will only be made to a firm that is determined to be responsible in accordance with FAR Part 9. The following FAR provisions and clauses are applicable to this procurement: 52.203-3Gratuities (Apr 1984) 52.204-7System for Award Management (July 2013) 52.204-13SAM Maintenance (July 2013) 52.209-2Prohibition on Contracting with Inverted Domestic Corporations ” Representation (Dec 2014) 52.209-5Certification Regarding Responsibility Matters (Apr 2010) 52.211-6Brand Name or Equal (Aug 1999) 52.212-1Instructions to Offerors (Apr 2014) 52.212-3 Alt IOfferor Reps and Certs (Oct 2014) 52.212-4Contract Terms and Conditions--Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2016) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3Protest After Award (Aug 1996) 52.233-4Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6 with Alt IRestrictions on Subcontractor Sales to the Govt (Sept 2006) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-4Notice of Price Evaluation Preference for HUBZone SB Concerns (Oct 2014) 52.219-8Utilization of Small Business Concerns (Oct 2014) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor--Cooperation with Authorities and Remedies (Jan 2014) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (April 2015) 52.222-35Equal Opportunity for Veterans (Oct 2015) 52.222-36Affirmative Action for Workers w/ Disabilities (July 2014) 52.222-37Employment Reports on Disabled Veterans (Oct 2015) 52.222-40Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50Combating Trafficking in Persons (March 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.222-22Previous Contracts and Compliance Reports (Feb 1999) 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2Service of Protest (Sep 2006) 52.247-34FOB Destination (Nov 1991) 52.252-2Clauses Incorporated by Reference (Feb 1998) Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation (Dev 2016-O0003) Oct 2015 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.209-7004Subcontracting w/ Firms ¦Terrorist Country (Oct 2015) 252.209-7991Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2016 Appropriations (Dev 2016 O0002) Oct 2015 252.211-7003 Item Identification and Valuation (Dec 2013) 252.211-7008Use of Government-Assigned Serial Numbers (Sept 2010) 252.213-7000Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (June 2015) 252.215-7007Notice of Intent to Resolicit (June 2012) 252.215-7008Only One Offer (June 2012) 252.222-7007Representation Regarding Combating Trafficking in Persons (Jan 2015) 252.223-7008Prohibition of Hexavalent Chromium (May 2011) 252.225-7001Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7012Preference for Certain Commodities (Feb 2013) 252.225-7048Export-Controlled Items (June 2013) 252.232-7003Electronic Submission of Payment Requests (Mar 2008) 252.232-7010Levies on Contract Payments (Dec 2006) 252.243-7002Requests for Equitable Adjustment (Dec 2012) 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) 52.252-1 “ Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: https://www.acquisition.gov/Far/ http://farsite.hill.af.mil/ Quoters are reminded to include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1)A unit price for each CLIN, a TOTAL PRICE to include all CLINs, FOB point, a point of contact, name and phone number, business size, DUNS and Cage Code numbers, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. See also requirements of FAR 52.212-1, Instructors to Offerors-Commercial Items. 2)A completed copy of 52.212-3 and its ALT I (Attachment I). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision. 3)FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 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/. This announcement will close at 10:00 AM HST on March 29, 2016. Quotes must be received via email to norine.horikawa@navy.mil by this date/time to be considered responsive. Questions shall be submitted to Norine Horikawa via email at norine.horikawa@navy.mil by 10:00 AM HST on March 25, 2016. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The submitter should request confirmation of receipt of submissions. Attachments Attachment I “ FAR 52.212-3 and its ALT I Offeror Representations and Certifications Attachment II “ FAR 52.209, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3045/listing.html)
 
Record
SN04046193-W 20160312/160310235215-a51d256ce4386049ea4e25e762cd97d1 (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.