Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOLICITATION NOTICE

J -- Onsite Service Calls and Preventative Maintenance on the EDAX Elect Plus, Octane Pro, Apollo X, Apollo 10 System, Hikari Pro Plus Super with EDS and SSD Module Coverage

Notice Date
8/5/2024 3:47:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060424Q4084
 
Response Due
8/9/2024 3:00:00 PM
 
Archive Date
08/24/2024
 
Point of Contact
Mark Lowe, Phone: 808-473-7837
 
E-Mail Address
mark.lowe1@navy.mil
(mark.lowe1@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 under 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. The RFQ number is N0060424Q4084. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-06 and DFARS Publication Notice 20240729. 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 811210 and the Small Business Standard is $34M. This requirement is unrestricted.. The Small Business Office concurs with this action. The proposed contract action is for commercial service for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i).� Interested persons may identify their interest and capability to respond to the requirement or submit a quote. 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 action 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. NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing the following services: CLIN 0001 Base Year - Onsite Service Calls and Preventative Maintenance on the EDAX Elect Plus, Octane Pro, Apollo X, Apollo 10 System, Hikari Pro Plus Super with EDS and SSD Module Coverage. Unit of Issue: Group Quantity: 1 CLIN 1001 Base Year - Onsite Service Calls and Preventative Maintenance on the EDAX Elect Plus, Octane Pro, Apollo X, Apollo 10 System, Hikari Pro Plus Super with EDS and SSD Module Coverage. Unit of Issue: Group Quantity: 1 CLIN 2001 Base Year - Onsite Service Calls and Preventative Maintenance on the EDAX Elect Plus, Octane Pro, Apollo X, Apollo 10 System, Hikari Pro Plus Super with EDS and SSD Module Coverage. Unit of Issue: Group Quantity: 1 CLIN 3001 Base Year - Onsite Service Calls and Preventative Maintenance on the EDAX Elect Plus, Octane Pro, Apollo X, Apollo 10 System, Hikari Pro Plus Super with EDS and SSD Module Coverage. Unit of Issue: Group Quantity: 1 CLIN 4001 Base Year - Onsite Service Calls and Preventative Maintenance on the EDAX Elect Plus, Octane Pro, Apollo X, Apollo 10 System, Hikari Pro Plus Super with EDS and SSD Module Coverage. Unit of Issue: Group Quantity: 1 Estimated Period of Performance: Base Year - 01 SEP 2024 to 31 AUG 2025 Option Year 1 - 01 SEP 2025 to 31 AUG 2026 Option Year 2 - 01 SEP 2026 to 31 AUG 2027 Option Year 3 - 01 SEP 2027 to 31 AUG 2028 Option Year 4 - 01 SEP 2028 to 31 AUG 2029 Place of performance: Naval Postgraduate School, Monterey, CA. Method of Payment: Wide Area WorkFlow (WAWF) Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Contract Type: Firm Fixed Priced (FFP) Attachments: Attachment 1: Provisions FAR 52.212-3 (MAY 2024) & Alt I, and FAR 52.204- 24 (NOV 2021) Quoters are reminded to include a completed copy of FAR Provision 52.212-3 Alt 1 with their submission if not current in the System for Award Management (SAM). The following FAR and DFARS provisions 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 2020 52.204-13������� System for Award Management 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 52.204-23������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by ������� ����������� Kaspersky Lab and Other Covered Entities������� JUL 2018 52.204-24������� Representation Regarding Certain Telecommunications and Video Surveillance Services or ������� ����������� Equipment������ OCT 2020 52.204-25������� Prohibition of Contracting for Certain Telecommunications 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 2020 52.209-10������� Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1��������� Instructions to Offerors�Commercial Items����� SEP 2023 52.212-3��������� Offeror Representations and Certifications�Commercial Items--Alternate I������� MAY 2024 52.212-4��������� Contract Terms and Conditions�Commercial Items����� NOV 2023 52.212-5��������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders�������������� ����������� Commercial Items������� April 2024 52.219-28������� Post-Award Small Business Program Representation����� MAR 2023 52.222-3��������� Convict Labor� JUN 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 2020 52.222-50������� Combating Trafficking in Persons�������� OCT 2020 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving� JUN 2020 52.225-13������� Restrictions on Certain Foreign Purchases��������� FEB 2021 52.232-33������� Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-39������� Unenforceability of Unauthorized Obligations��� JUN 2013 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors�������� DEC 2013 52.233-2��������� Service of Protest�������� SEP 2006 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�������� SEP 2022 252.204-7003�� Control of Government Personnel Work Product����������� APR 1992 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support��� JAN 2023 252.204-7017�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- ����������� -Representation����������� MAY 2021 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � ����������� JAN 2023 252.204-7019�� NIST SP 800-171 DoD Assessment Requirements��������� NOV 2023 252.204-7020�� NIST SP 800-171 DoD Assessment Requirements.�������� NOV 2023 252.225-7048�� Export-Controlled Items����������� JUN 2013 252.225-7055�� Representation Regarding Business Operations with the Maduro Regime����������� MAY 2022 252.225-7056�� Prohibition Regarding Business Operations with the Maduro Regime ���� JAN 2023 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������ � JUN 2023 252.225-7966�� Prohibition Regarding Russian Fossil Fuel Business Operations - Representation (Deviation 2024-O0006) ���������� FEB 2024 252.225-7967�� Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-O0006) FEB 2024 252.225-7972�� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION ���� ����������� 2020-O0015)��� MAY 2020 (DEVIATION) 252.225-7973�� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. ����������� (DEVIATION 2020-O0015)���� MAY 2020 (DEVIATION) 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports������� DEC 2018 252.232-7006�� Wide Area 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��������� JAN 2023 252.244-7000�� Subcontracts for Commercial Items������ NOV 2023 252.247-7023�� Transportation of Supplies by Sea--Basic���������� JAN 2023 52.252-1���� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2����� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) 52.252-5���� AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) 52.252-5���� AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) Quote submittal deadline: This announcement will close at 1200 hours HST Friday Aug 9, 2024. All quotations shall be submitted to Mark Lowe at mark.e.lowe18.civ@us.navy.mil. Quoters should include attachment 1 with their quote. Oral communications are not acceptable in response to this notice. Basis for Award: The Government will award to the responsible Quoter whose quote is technically acceptable and most advantageous to the government, price and other factors considered. Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price. Factor 1: Technical The Government will evaluate the Quoter�s Technical Capabilities based on the following: The Quoter demonstrates within their quote the ability to meet the government�s requirements as outlined within the solicitation and supporting attachments. Factor 2: Price The quote will be reviewed for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes are subject to clarification for confirmation of the Quoter�s intent. Non-Certified cost or pricing data may be requested to determine fair and reasonableness. Rating Method: Technical will be rated on an acceptable or unacceptable basis. A quotation is technically acceptable if the quotation addresses the solicitation requirements and demonstrates good probability of success in meeting the government�s requirements. A quotation is technically unacceptable if it fails to address the solicitation requirements or demonstrates a low probability of success in meeting the government�s requirements. 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 should include price(s), a point of contact, name and phone number, Cage Code, GSA contract number if applicable, business size, and payment terms. ******* End of Combined Synopsis/Solicitation ******** �������������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18ebe0914322485896d4b68173b06ebf/view)
 
Place of Performance
Address: Monterey, CA 93943, USA
Zip Code: 93943
Country: USA
 
Record
SN07156135-F 20240807/240805230114 (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 |
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.