Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOLICITATION NOTICE

V -- Longshoring Services

Notice Date
3/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488320 — Marine Cargo Handling
 
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
N0060418Q4018
 
Response Due
3/23/2018
 
Archive Date
4/20/2018
 
Point of Contact
Lee Thomas 808-473-7532 Elaine Carmody
 
E-Mail Address
<!--
 
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 Simplified Procedures for Certain 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 N0060418Q4018. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Publication Notice 20180131. 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 488320 and the Small Business Standard is $38.5 Million. This is a competitive, unrestricted action. The Small Business Office concurs with the decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing Longshoring services in accordance with the attached Performance Work Statement (PWS) and Wage Determination 2000-0085 Revision 11, dated 12/26/2017. Quote Submittal Spreadsheet Instructions are provided as (Attachment 3). A Quote Submittal Spreadsheet shall be used to provide the price per service. (Attachment 4). The type of contract is anticipated to be a single award Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed priced (FFP) contract with a twelve (12) month base period and four (4) twelve (12) month option periods. Services will be issued on task orders placed against the IDIQ contract and funded at the time of need. The minimum guaranteed order under the resulting IDIQ will be $2,500.00. Offerors shall provide a quote assuming the following period of performance: Base 04/03/18 “ 04/02/19 Option I 04/03/19 “ 04/02/20 Option II 04/03/20 “ 04/02/21 Option III 04/03/21 “ 04/02/22 Option IV 04/03/22 “ 04/02/23 Quote Evaluation: An offeror ™s quote will be evaluated by adding the total cost of the base year (totaling the prices of all ELINS) and all option years including the 6-month extension allowable under FAR Clause 52.217-8. The total contract price will be calculated by adding the totals of the base year and all option years. The Government will calculate the cost of the 6-month extension by taking half of the value of Option Year 4 and adding it the total contract price. Procedures in FAR 13.106 are applicable to this procurement. The contract award will be made to the lowest priced quote, which is technically acceptable by affirmatively stating, in writing, that it takes no exceptions to the PWS or any of the terms of the solicitation, and which quoter has been determined responsible. The government may either make a responsibility determination without requesting any information from a quoter or require a quoter to provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. A quoter that takes exceptions to the PWS or terms of the PWS or solicitation terms will be evaluated as technically unacceptable. The Contracting Officer will rank quotes from lowest to highest price, and review the quotes of the three lowest priced quotes, if those quotes are technically acceptable, then award will be made to the lowest priced technically acceptable quote without further evaluating the other quotes. The lists of attachments applicable to this solicitation are listed below: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Wage Determination 2000-0085 Revision 11, dated 12/26/2017. Attachment 3 - Quote Submittal Spreadsheet Instructions Attachment 4 - Quote Submittal Spreadsheet Attachment 5 “ FAR/DFARS Provisions and Clauses Quoters are reminded to include a completed copy of FAR 52.212-3 ALT I with their quote submission. Failure to return FAR 52.212-3 ALT I may render the quoter non-responsible. The following FAR provision and clauses are applicable to this solicitation: 52.203-3 Gratuities 52.204-7 System for Award Management 52.203-18 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements. 52.204-13 SAM Maintenance 52.204-18 CAGE Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors 52.212-3 Alt I Offeror Reps and Certs (See Attachment 5) 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 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Govt 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 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.216-19 Order Limitations (See Attachment 6) 52.216-22 Indefinite Quantity (See Attachment 7) 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates (See Attachment 8) 52.222-43 Fair Labor Standards Act-Price Adjustment 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.222-50 Combating Trafficking in Persons 52.222-59 Compliance with Labor Laws 59.222-60 Paycheck Transparency 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 - SAM 52.216-22 Indefinite Quantity 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference (See Attachment 9) 52.252-2 Clauses Incorporated by Reference (See Attachment 10) Additional contract terms and conditions applicable to this solicitation are: 252.201-7000 Contracting Officers Representative 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 252.204-7003 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 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.205-7000 Provision of Information 252.209-7004 Subcontracting w/ Firms ¦Terrorist Country 252.215-7008 Only One Offer 252.216-7006 Ordering (See Attachment 11) 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7012 Preference for Certain Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7000 Hardship Conditions 252.247-7004 Indefinite Quantities ”Fixed Charges 252.247-7006 Removal of Contractor ™s Employees 252.247-7007 Liability and Insurance 252.247-7023 Transportation of Supplies by Sea This announcement will close at 16:00 hours (Hawaii Standard Time) on Friday, March 23, 2018. All questions must be received in writing no later than 0900 (Hawaii Standard Time) on Tuesday, March 20, 2018. Contact Mr. Lee Thomas who can be reached at 808-473-7532 or email Lee.Thomas1@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. 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 company name, price(s), a point of contact, name and phone number, DUNS and CAGE code, business size under NAICS 488320, and payment terms. Quotes over 10 pages (excluding FAR provisions) in total will not be accepted. 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/N0060418Q4018/listing.html)
 
Record
SN04851902-W 20180315/180313230845-6ddbd55d80d8a672195d05d7f29792fc (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.