SOLICITATION NOTICE
V -- 003 - Packing/Crating Services
- Notice Date
- 7/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- 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
- N0060416T3132
- Response Due
- 7/6/2016
- Archive Date
- 7/21/2016
- Point of Contact
- Erin Chapman 808-473-7505
- 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3132. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Change Notice 20160607. 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htm. The NAICS code is 484210 and the Small Business Standard is $27.5 Million. This is a full and open competition solicitatin. The Small Business Office concurs with the set-aside decision The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing relocation services for the Explosive Ordinance Disposal Unit Five (EODMU FIVE) located in Guam. The requirement is listed below: CLIN 0001: Moving Services for parts and equipment in accordance with the Performance Work Statement and the Inventory List. The unit of issue is 1 Group. Wage Determination 05-2153 (Rev. 21) applies to these services. Period of performance is 13 July 2016 through 13 August 2016. Services are required at EODMU FIVE located in Guam 96540-13052. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following attachments are applicable to this solicitation: Attachment 1. Performance Work Statement Attachment 2. Inventory List Attachment 3. Wage Determination 05-2153 (Rev.-21) Attachment 4. FAR 52.212-3 Alt I (APR 2016) Attachment 5. FAR 52.204-20 Attachment 6. FAR 52.209-11 Offerors shall review and include a completed copy of FAR 52.212-3 and its ALT I, FAR 52.204-20 and FAR 52.209-11 with quotes. Failure to return the attachments as instructed may result in your offer been deemed unresponsive. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations “ Representation (DEC2014); 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 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 (Oct 2015) 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates ¦ (May 2014) WG -7/Step 2 $16.89 32.85% Fringe 52.222-50, Combating Trafficking Persons 52.222-55, Minimum Wages Under Executive Order 13568 (Dec 2015) 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 “ System for Award Management 52.222-22, Previous Contract and Compliance Reports (FEB 1999) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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 address (es): FARClauses: http://acquisition.gov/far/ DFARSClauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. (End of clause) The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEPT 2013) 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Representation (DEV 2016-O0003) Oct 2015; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV 2016-O0003) Oct 2015 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204-7011, Alternative Line Item Structure (SEPT 2011); 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015); 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2013) 252.225-7048, Export-Controlled Items (JUN 2013); 252.232-7003, Electronic Submission of Payment Requests (JUN 2012); 252.232-7006; Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea (APR 2014) This announcement will close at 11:00 AM Hawaii Standard Time (HST), on 06 July 2016. Contact Erin Chapman at 808-473-7505 or email Erin.r.chapman1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this request for quote must be submitted by 1200 noon (Hawaii Standard Time) HST on 05 July 2016. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the lowest priced technically acceptable offer. The Contracting Officer will rank offers from lowest to highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made to the lowest priced offer without further evaluating technical quotes of other offerors. The Contractor must be registered in the System for Award Management (SAM) to be considered for award. Lack of registration in the SAM database will make an offeror/quoter INELIGIBLE FOR AWARD. Registration is free and can be completed on-line at http://www.sam.gov/. **** End of Combined Notice***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3132/listing.html)
- Record
- SN04169425-W 20160703/160701233851-0653fb4579030c12726e1357dc11727d (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 |