SOLICITATION NOTICE
72 -- Procurement of various Habitability items and various refurbishment services on the USS Preble.
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- 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
- N0060418R4014
- Response Due
- 9/14/2018
- Archive Date
- 9/29/2018
- Point of Contact
- Gina K. Johnson 808-473-7554
- Small Business Set-Aside
- Total Small Business
- 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 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 N0060418R4014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20180824. 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 238330 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified small business sources capable of providing: CLIN 0001 “ Services for the upgrade and renovation of the Wardroom, Commanding Officers Cabin, Executive Officers Cabin, Command Master Chiefs Office, CPO Mess and Lounge, Messdeck, Barber Shop, S1 and S2 Offices, and At- Sea Cabin Upgrade of the USS PREBLE using Military and Federal Specifications materials. USS PREBLE requires the contractor to provide an FFP quote for the items, materials, delivery, and installation per each of the tasks specified under Section 3 SPECIFIC TASKS ¯. IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. All offerors should include a completed copy of Attachment 2 (Provisions) with their quote. Attachments: 1. Performance Work Statement (PWS) 2. Provisions The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Awards Management 52.204-13 System for Awards Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5 Certification Regarding Responsibility Matters 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 52.203-6 with Alt I, Restrictions on Subcontractor Sales to the Government 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action 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 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires: In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 52.222-44 Fair Labor Standards Act-Price Adjustment 52.222-55 Minimum Wages Under Executive Order 13658 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): https://www.acquisition.gov/far/, and http://farsite.hill.af.mil/vfdfara.htm 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): https://www.acquisition.gov/far/ http://farsite.hill.af.mil/vfdfara.htm 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 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 252.203-7002 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 of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7004 Subcontracting w/ Firms ¦Terrorist Country 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 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 And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Quotes shall be submitted no later than 1800 hours HST on 14 Sep 2018 to the Contracting Office Point of Contact (POC). The POC is Gina K. Johnson who can be reached at (808) 473-7554. Direct email: gina.johnson@navy.mil. All quotes shall be submitted to the POC via email. Late quotes will not be considered. Any delays that cause a quote to be late are not the responsibility of the government agency and such late quotes will not be accepted. All questions shall be submitted via e-mail to: gina.johnson@navy.mil by 1000 hours HST 12 Sep 2018. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: Procedures in FAR 13.106 are applicable to this procurement. The Contracting Officer will rank offerors from lowest to highest price, and review the quotes of the three lowest priced offers, if those offers are rated as technically acceptable, then award will be made to the lowest priced technically acceptable offer. To be rated technically acceptable, the contractor must state that they take no exceptions to the PWS, and provide a statement on their quote stating this. An acceptable rating is the Quote that clearly meets the minimum requirements of the solicitation, and an unacceptable rating is the quote does not clearly meet the minimum requirements of the solicitation. System for Award Management (SAM): Offers 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, GSA contract number if applicable, business size, and payment terms. Quotes by facsimile will not be accepted. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418R4014/listing.html)
- Record
- SN05080433-W 20180912/180910230955-5c16b6e8c0daa25d4a9c7f7e704fa70a (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 |