Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
SOLICITATION NOTICE

J -- Fire Extinguisher Maintenance

Notice Date
1/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
N0060418Q4017
 
Response Due
2/13/2018
 
Archive Date
2/28/2018
 
Point of Contact
Penelope Parnes 808-473-7643
 
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 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 N0060418Q4017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Publication Notice 20171228. 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 811310 and the Small Business Standard is $7.5 million. The proposed contract action will be competed on an unrestricted basis. The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing the inspection, maintenance, recharging and testing of 4,500 Building and Flightline Fire Extinguishers. Types of extinguishers consist of 5 pound ABC, 10 and 20 pound BC, Carbon Dioxide (CO2), K and Amerex Model 688 Flightline dual agent CO2 and Purple K Powder (PKP). Services shall be in accordance with the Performance Work Statement (PWS). ESTIMATED QUANTITIES The quantities shown for each Item Number listed on Attachment (II) of this solicitation are the Government ™s estimates of requirements which may be ordered during contract performance. The following are applicable to this solicitation: Attachment (I) PWS Attachment (II) CLIN Structure Attachment (III) Payment Instructions Attachment (IV)FAR 52.209-11 Attachment (V) FAR 52.204-20 Quoters shall complete and submit Attachments (II), (IV) and (V) prior to the deadline stated in this solicitation. Quotes not providing completed Attachments (IV) and (V) may be deemed nonresponsive. Period of performance: One 12-month Base period, two 12-month Options and one 6-month extension (FAR 52.217-8). Place of Performance is Contractor ™s Facilities. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns (Oct 2014)52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with 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 52.216-19 Ordering Limitations 52.216-21 Requirements 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference If Quoters have not updated the Representations and Certifications in the System for Award Management (SAM), quoters shall 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 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.216-7006Ordering 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008Prohibition of Hexavalent Chromium 252.225-7048Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7009Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea Questions must be submitted by 11:00AM Hawaii Standard Time, 6 February 2018. Questions shall be submitted electronically via email to penelope.parnes@navy.mil. This announcement will close at 11:00AM Hawaii Standard Time 13 February 2018. Submit quotes and required attachments to penelope.parnes@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. Procedures in FAR 13.106 are applicable to this procurement. The intended outcome of the RFQ is the issuance of a single-award, firm-fixed price, INDEFINITE-DELIVERY REQUIREMENTS (IDR) contract. The Government intends to evaluate quotations based on the initial quotations received. Therefore, the quoter ™s initial quotation should contain the quoter ™s best terms from a price and technical standpoint. The IDR contract resulting from this RFQ will be made to the responsible quoter whose proposal is technically acceptable, in full compliance to all other requirements set forth in the RFQ, and the lowest price. INSTRUCTIONS TO QUOTERS; 1.Provide PER UNIT and EXTENDED TOTAL PRICES. 2.To be considered for award, quotes must contain pricing for all CLINs listed in Attachment II, in the quantity requested. 3.Completed copies of Attachments FAR 52.209-11 and FAR 52.204-20 must be submitted with quotes. If Representations and Certifications are current in the System for Award Management (SAM,) please complete only paragraph b (on page 4) by filling out N/A in paragraph b. 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4017/listing.html)
 
Place of Performance
Address: 650 Center Drive, Bldg 284 / Building 2036 Hickam Field Fire Station #6, JBPHH, HAWAII
Zip Code: 96860
 
Record
SN04802454-W 20180131/180129230934-c209cd4dba555c1904af416acf5b2a28 (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.