SOLICITATION NOTICE
M -- Various reimbursable supply items for current Torpedo Weapons Retrieval (TWR)contract
- Notice Date
- 10/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488310
— Port and Harbor Operations
- 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
- N0060418R4030
- Response Due
- 10/22/2018
- Archive Date
- 11/6/2018
- Point of Contact
- Curtis Chang 808-473-7569 Curtis Chang email: Curtis.chang@navy.mil
- 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 12, 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 N0060418R4030. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20181001. 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 488310 and the Small Business Standard is $38.5 million. The proposed solicitation will be conducted as a sole source to the incumbent contractor. A Sole Source Justification has been submitted and approved by the Contracting Officer. The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests a response from the current incumbent contractor: Requirement Description: Request for Miscellaneous reimbursable services and various supply items as detailed in the following attachments: Attachment 1 “ Performance Work Statement for Services Attachment 2 “ SAMPLE List of Supply Items Attachment 3 “ Reps and Certs Clause FAR 52.212-3 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 52.233-2 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: 252.203-7000Requirements 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 252.204-7003Control of Government Personnel Work Product 252.204-7004Alt A System for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015Disclosure of Information To Litigation Support Contractors 252.209-7004Subcontracting w/ Firms ¦Terrorist Country 252.222-7007Representation Regarding Combating Trafficking in Persons 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests And Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002Requests for Equitable Adjustment 252.244-7000Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea Quotes and Attachment 3 shall be submitted no later than 1600 hours HST on 22 Oct 2018 to the Contracting Office Point of Contact (POC). The POC is Mr. Curtis Chang who can be reached at (808) 473-7569. Direct email: Curtis.chang@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: Curtis.chang@navy.mil by 1000 hours HST 18 Oct 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. 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, 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/N0060418R4030/listing.html)
- Place of Performance
- Address: Naval Submarine Support Command (NSSC)
- Zip Code: at both Building 1588 and Building 1788, JBPHH, HI
- Zip Code: at both Building 1588 and Building 1788, JBPHH, HI
- Record
- SN05122964-W 20181016/181014230036-3226f9c01c1823bc09c122f11c1b4cbc (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 |