SOLICITATION NOTICE
V -- Bus Charter Service - Guam
- Notice Date
- 9/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485510
— Charter Bus Industry
- 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
- N0060416T3189
- Response Due
- 9/14/2016
- Archive Date
- 9/29/2016
- Point of Contact
- Gavin Tsukamoto 808-473-7942
- 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 N00604-16-T-3189. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160830. 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 485510 and the Small Business Standard is $15 Mil. This is a competitive, unrestricted action and the Small Business Office concurs with the decision. The NAVSUP FLC Pearl Harbor Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ 14 each, 53-passenger buses See attached schedule for additional details Period of performance - 24 Sep 2016 “ 28 Sep 2016. Location - COMNAVMARIANAS, Santa Rita, Guam 96915. 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 FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.209-2Prohibition on Contracting with Inverted Domestic Corporations ”Representation 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1Instructions 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 52.219-4Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-36 Equal Opportunity for Workers w/ Disabilities 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates for Federal Hires 31030 “ Bus Driver$20.63 Per Hour 52.222-50Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer “ SAM 52.232-36Use if payment is to be made by third party 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7111Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Disclosure of Information to Litigation Support Contractors 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7048Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 11:00AM on Wednesday, September 14, 2016 Hawaii Standard Time. Contact Gavin Tsukamoto who can be reached at 808-473-7942 or email gavin.tsukamoto@navy.mil. All questions shall be submitted via email. All responsible sources may submit a quote which shall be considered by the agency. Basis for Award “ Lowest Price Technically Acceptable (LPTA) To be considered technically acceptable the quoter must show on their quote that they are able to meet the required quantities and schedule. 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, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Attachment I Schedule Attachment II FAR 52.212-3 Attachment III Wage Determination ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3189/listing.html)
- Place of Performance
- Address: COMNAVMARIANAS, Santa Rita, Guam
- Zip Code: 96915
- Zip Code: 96915
- Record
- SN04266499-W 20160914/160912234654-7f9229fc4c3520c0e966cf2eb7f7c57f (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 |