SOLICITATION NOTICE
J -- FLIR Elevated Skin Temperature (EST)System Maintenance Plan Services and Support
- Notice Date
- 8/25/2020 6:54:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4069
- Response Due
- 8/28/2020 12:00:00 AM
- Archive Date
- 09/12/2020
- Point of Contact
- Lenin Moreira 808-473-7531 Robert Dunn 808-473-7964 Robert.dunn@navy.mil
- E-Mail Address
-
lenin.moreira1@navy.mil
(lenin.moreira1@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- 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 Part 13 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 NECO (https://neco.navy.mil) and BETASAM (https://beta.sam.gov). The RFQ number is N0060420Q4069. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08 and DFARS Publication Notice 20200605. 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 811219 and the Small Business Standard is $22M. The propose contract is 100% set aside for small business concerns. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR Part 13. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award of a firm fixed price contract will be based on a responsibility check and the government�s determination of fair and reasonable pricing. The Small Business Office concurs with the acquisition strategy. The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office, requests responses from qualified sources capable of providing FLIR Elevated Skin Temperature (EST) System Maintenance Plan Services and Support for three (3) FLIR EST Systems (includes off-site software updates, calibration, installation/setup and testing, repair/replacement, technical support, and a two hour onsite response time or better for trouble calls) for the USINDOPACOM, Camp Smith, HI in accordance with Attachment 1 � USINDOPACOM Performance Work Statement. CLIN 0001- 12 Months, FLIR EST System Maintenance Plan Services and Support, 1 EA Period of Performance 1 September 2020-31 August 2021 CLIN 0002- 12 Months, FLIR EST System Maintenance Plan Services and Support, 1 EA Period of Performance 1 September 2020-31 August 2021 CLIN 0003- 12 Months, FLIR EST System Maintenance Plan Services and Support, 1 EA Period of Performance 1 September 2020-31 August 2021 The following attachment is applicable: Attachment 1 � USINDOPACOM Performance Work Statement (PWS) Attachment 2- Sole Source Document Submission of quote signifies that no exceptions are taken with the PWS and this RFQ solicitation. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Questions regarding the solicitation: Questions should be submitted electronically to lenin.moreira1@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ# N0060420Q4069 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but no later than 12:00pm (Hawaii Standard Time) on 27th August 2020 HST. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2019 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2020 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2019 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors�Commercial Items JUN 2019 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I OCT 2014 52.212-4 Contract Terms and Conditions�Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items AUG 2019 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUNE 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2019 52.222-50 Combating Trafficking in Persons JAN 2019 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2019 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea--Basic FEB 2019 This announcement will close at 1700 hours on Friday August 28th, 2020 HST. All quotations shall be submitted to Lenin Moreira via email at lenin.moreira1@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. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter IAW FAR Part 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). 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/. Quotes will not be accepted by facsimile.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3598cd3298b5420db1db977876e6be71/view)
- Place of Performance
- Address: USINDOPACOM J02HQ2 Business Operations, Camp Smith, HI 96861, USA
- Zip Code: 96861
- Country: USA
- Zip Code: 96861
- Record
- SN05772307-F 20200827/200825230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |