Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOLICITATION NOTICE

J -- T-44 Condenser and Evaporator Coils Overhaul Services

Notice Date
8/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883616T0400
 
Response Due
8/22/2016
 
Archive Date
9/6/2016
 
Point of Contact
Jacklyn Roberts 904-542-1028
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation T-44 Condenser and Evaporator Coils Overhaul Services Jacksonville, FL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5 as supplemented with additional information included in this notice. This announcement (including attachments) constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation number N68836-16-T-0400 is issued as a request for quote (RFQ) for a firm-fixed-price type contract. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-88 and DFARS Publication Notice 20160630. The procurement is 100% set aside for Small Business concerns and the associated North American Industrial Classification System (NAICS) code is 488190 with an applicable size standard of $32.5M. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Jacksonville, Florida is soliciting quotes of companies to provide overhaul services for T-44 Condenser and Evaporator Coils, upon request by the Government for the Fleet Readiness Center Southeast (FRCSE). The Contractor shall provide overhaul services in accordance with (IAW) the attached Performance Work Statement (PWS). Offerors shall provide proposed price for each Contract Line Item Number (CLIN) and grand total for all CLINs: 0001 Condenser Coils, QTY 15 EA 0002 Evaporator Coils, QTY 15 EA 1001(option) Condenser Coils, QTY 11 EA 1002(option) Evaporator Coils, QTY 11 EA 2001(option) Condenser Coils, QTY 11 EA 2002(option) Evaporator Coils, QTY 11 EA 3001(option) Condenser Coils, QTY 11 EA 3002(option) Evaporator Coils, QTY 11 EA 4001(option) Condenser Coils, QTY 11 EA 4002(option) Evaporator Coils, QTY 11 EA Period of performance (POP) is a base year plus four (4) option years, as stated in the PWS. Attachments Attachment 01, Performance Work Statement (PWS), sets forth the work efforts required to deliver the required services. Attachment 02, RFQ Submission Form, pricing submittal per contract line item number (CLIN). Offeror shall complete the form and include costs per each CLIN and submit with quote package. Attachment 03, Provisions and Clauses, lists full-text provisions and clauses that are applicable to this procurement. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.204-7 System For Award Management; 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13 System for Award Management Maintenance; 52.204-19 Incorporation by Reference of Representation and Certifications; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations --Representation; 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.215-1 Instruction to Offerors --Competitive Acquisitions; 52.217-5 Evaluation Of Options; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.232-37 Multiple Payment Arrangements; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.237-3 Continuity Of Services; 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; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alt A, System for Award Management; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001); 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-0004); 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.244-7000 Subcontracts For Commercial Items and Commercial Components; 252.247-7023 Transportation of Supplies By Sea The following FAR, DFARS, and Local clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment): 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (Deviation); 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-22, Indefinite Quantity; 52.217-9 -- Option to Extend the Term of the Contract; 52.219-28 Post-Award Small Business Program Re-representation; 52.222-42 Statement Of Equivalent Rates For Federal Hires; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.203-7996 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements ” Representation (Deviation 2016-O0003)(OCT 2015); 252.203-7997 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(OCT 2015); 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.232-7006 Wide Area Workflow Payment Instructions Offerors must include a completed copy of the provisions at 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law and 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer. Copies of FAR and DFARS clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil. It is the vendors responsibility to monitor the NECO or FBO system for amendments issued in reference to this requirement. All Contractors who provide goods/services to the DOD must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) to receive an award, FAR 52.204-7 System for Award Management. Online Certifications and Representations are also required. Failure to comply with the SAM registration may deem a vendor ineligible for award. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award Task Order Contract (SATOC) type. All written submissions shall be received via email or fax no later than (NLT) 2:00 p.m. Eastern Standard Time (EST), 22 Aug 2016. No telephonic responses will be accepted. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis. 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 a combination of factors to include lowest price and technically acceptable bids. Questions concerning this solicitation must be submitted NLT 12:00 p.m. EST, 15 August 2016 to reasonably expect a response from the Government. Questions not received within the prescribed time and date WILL NOT be considered. The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible quote from a technical and pricing standpoint. Send quotes via email to jacklyn.roberts@navy.mil and ryan.d.bell@navy.mil or fax to 904-790-4247 ATTN: Jacklyn M. Roberts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d356a9520449622df7bb7c5e4d33e796)
 
Record
SN04215123-W 20160811/160809234928-d356a9520449622df7bb7c5e4d33e796 (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.