SOLICITATION NOTICE
66 -- Trimble Equipment, Maintenance and Software
- Notice Date
- 9/14/2023 6:27:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008523Q2551
- Response Due
- 9/15/2023 9:00:00 AM
- Archive Date
- 09/30/2023
- Point of Contact
- Krystal Goodman, Phone: 7573411657, Pamela Waller, Phone: 7573411581
- E-Mail Address
-
krystal.goodman@navy.mil, pamela.waller@navy.mil
(krystal.goodman@navy.mil, pamela.waller@navy.mil)
- 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 found at FAR 13, as supplemented with the additional information included in this notice. The 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 www.sam.gov.� The solicitation number is N4008523Q2551 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-05, effective August 8, 2023. 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: FAR: https://www.acquisition.gov/browse/index/far DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html NMCARS: http://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx The NAICS code is 541360 and the Small Business Standard is $28.5 million. This requirement is being procured as a sole source procurement. The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate on a � Sole Source basis under the authority of FAR 13.106-1(b) and FAR 6.302-1 to Duncan-Parnell. Interested vendors may identify their interest and capability to respond to the requirement, or submit a quote by the date and time specified. This notice of intent is not a request for competitive proposals. However, all quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete 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. Naval Facilities Engineering System Command (NAVFAC) Mid- Atlantic requires Duncan and Parnell to provide survey equipment and maintenance services. Estimated Period of Performance:� This contract will continue for a period of no more than 60 months, from the contract issue date, which consists of a Base Year (12 months), and four (4), 12-month option years (if all Options are exercised).� Attachments: Please refer to the following attachments for additional information: I. Specifications III. Wage Determination 2015-4341 Revision 24 III. Sole Source Justification The following FAR provisions and clauses are applicable to this procurement:� 52.204-7 System for Award Management (Oct 2018) 52.204-13 SAM Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-representation (Oct 2020) 52.204-27 Preaward Disclosure of Employment of Individuals Who Work in the People's Republic of China (June 2023 52.212-1, Instructions to Offerors - Commercial Items; (Mar 2023) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Products and Commercial Services (Deviation 2023-O00002); (Dec 2022) 52.212-4 Contract Terms and Conditions - Commercial Items; (Dec 2022) 52.222-55 Minimum Wages for Contract Workers Under Executive Order 14026 (Jan 2022) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - (Mar 2023) Commercial Items including� 52.219-28 Post Award Small Business Program Representation (Mar 2023) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers w/ Disabilities (June 2020) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (May 2014) 52.222-50 Combatting Trafficking in Person (Nov 2021) 52.222-62 Pick Leave Under Executive Order 13706 (Jan 2022) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020) 52.225-13 Restriction on Foreign Purchases (Feb 2021) 52.232-33 Payment by Electronic Funds Transfer � SAM (Oct 2018) 52.222-19 (Dev 2020 -O00019) Child Labor �Cooperation with Authorities and Remedies ��������������� ��� (Jan 2022) 52.217-5 Evaluation of Options (July 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-1 Alt I Small Business Program Representations (DEVIATION 2023-O0002) (Dec 2022) Alternate I (Sep 2015 52.232-18 Availability of Funds (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Vendors 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:� 252.201-7000 Contracting Officer�s Representative (Dec 1991) 252.203-7000 Requirements Related to Compensation of Former DOD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Dec 2002) 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Sep 2022) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services � Representation (May 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services (Jan 2021) 252.211-7003 Item Identification & Valuation (Jan 2023) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7001 Buy American Act & Balance of Payments Program (Jan 2023) 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022) 252.225-7048 Export-Controlled Items (June 2013) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region- Representation (Jun 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.225-7972 (Dev 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (Dev 2020-O0015) (May 2020) 252.225-7973 (Dev 2020 �O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representations (Dev 2020-O0015) (May 2020) 252.232-7003 Electronic Submission of Payment Request (Dec 2018) 252.232-7006 Wide Are Workflow Payment Instructions (Jan 2023) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009 Representation of Use of Cloud Computing (Sep 2015) 252.239-7010 Cloud Computing Services (Jan 2023) 252.244-7000 Subcontracts for Commercial Items (Jan 2023) 252.246-7008 Sources of Electronic Parts (Jan 2023) 252.247-7023 Transportation of Supplies by Sea (Jan 2023) This announcement will close at 12:00pm Eastern Standard Time on 15 September 2023. The POC is Krystal Goodman, who can be reached at 757-341-1657, or email krystal.goodman@navy.mil. � Vendors must be registered in the SAM database at time of quotation submission to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a09a34b070140978197194fc7d38e78/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06832228-F 20230916/230914230125 (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 |