Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
SOLICITATION NOTICE

J -- Preventive Maintenance for Rotomat office machines IAW SOW, to include base and four option years.

Notice Date
4/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0179
 
Response Due
5/3/2012
 
Archive Date
5/18/2012
 
Point of Contact
Leilani Mutu 808-473-7625
 
E-Mail Address
Contract Specialist
(leilani.mutu@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 and is to be procured in accordance with the Federal Acquisition Regulations (FAR) Part 13. The North American Industrial Classification System (NAICS) Code is 33313 and the size standard is 500. See explanation of size standards at the following website: http://www.sba.gov/services/contractingopportunities/sizestandardstopics/indexguide/index.html. This procurement includes Option and Award Option periods. The performance period will include a 4-month base period, and four 12-month option periods to be performed at the Human Resources Service Center “ Southwest Region, located in San Diego, California. This combine synopsis/solicitation is set aside for small businesses. 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 (http://www.neco.navy.mil/ ). The solicitation number is N00244-12-T-0179. Closing date May 3, 2012 @ 10:00 a.m. Hawaii Standard Time. This solicitation documents and incorporates provisions and clauses in effect through Fac 2005-58, Effective 18 April 2012 and DFARS Change Notice 20110725. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. THE GOVERNMENT INTENDS TO EVALUATE OFFERS AND AWARD A CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. THEREFORE, THE OFFERORS INITIAL OFFER SHOULD CONTAIN THE OFFERORS BEST TERMS FROM A PRICE AND TECHNICAL STANDPOINT. THE GOVERNMENT RESERVES THE RIGHT TO CONDUCT DISCUSSIONS IF THE CONTRACTING OFFICER LATER DETERMINES THEM TO BE NECESSARY. IF THE CONTRACTING OFFICER DETERMINES THAT THE NUMBER OF PROPOSALS THAT WOULD OTHERWISE BE IN THE COMPETITIVE RANGE EXCEEDS THE NUMBER AT WHICH AN EFFICIENT COMPETITION CAN BE CONDUCTED, THE CONTRACTING OFFICER MAY LIMIT THE NUMBER OF PROPOSALS IN THE COMPETITIVE RANGE TO THE GREATEST NUMBER THAT WILL PERMIT AN EFFICIENT COMPETITION AMONG THE MOST HIGHLY RATED PROPOSALS. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Contractor shall perform in accordance with the provided Statement of Work (see enclosure 1). Rotomat Preventive Maintenance to include emergency repairs. 0001 Base Year: CLIN 0001 Preventive Service Maintenance. Period of performance is 5/10/12 “ 9/30/12 + Four Option Years 1001Option Year I: CLIN 0001 CLIN 0001 Preventive Service Maintenance to include emergency repairs. Period of Performance is 10/1/12 “ 9/30/2013. 2001Option Year II: CLIN 0001 CLIN 0001 Preventive Service Maintenance to include emergency repairs. Period of Performance is 10/1/2013 “ 9/30/2014. 3001Option Year III: CLIN 0001 CLIN 0001 Preventive Service Maintenance to include emergency repairs. Period of Performance is 10/1/2014 “ 9/30/2015. 4001Option Year IV: CLIN 0001 CLIN 0001 Preventive Service Maintenance to include emergency repairs. Period of Performance is 10/1/2015 “ 9/30/2016. This solicitation incorporates the following FAR and DFARS Clauses Provisions: 52.204-7 Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, 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; with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C 3553.) (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.I. 108-77.108-78); (b) 52.222-3Convict Labor (JUNE 2003) (E.O. 11755). 52-222-19 Child Labor “ Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52-222-21 Prohibition of Segregated Facilities (FEB 1999). 52-222-26 Equal Opportunity (APR 2002) (E.O. 11246). 52.22-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era; And Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006) (38 U.S.C 4212). 52.225-13 Restrictions Certain Foreign Purchases (FEB 2006) (E.O.S. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of proclamations, and statues administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 252-204-7004 Alt A Required Central Registration Alternate A (NOV 2003). 252.225-7002 Qualifying Country Subcontractors (APR 2003). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated by reference (FEB 1998). 252-212-7001 Contract Terms and Conditions Required Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items with DFARS Clauses incorporated in reference (b) (17) 252.232-7003 Electronic Submission of Payment Requests. 52.217-4 Evaluation of Options Exercised at Time of contract Award; 52.217-8 Option to Extend Services; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act “Price Adjustment (Multiple Year and Option Contracts); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984); 52.237-3 Continuity of Services (JAN 1991). AN OFFEROR WHOSE PROPOSAL IS ACCEPTED FOR AWARD WILL BE FIRMLY BOUND TO ALL OF ITS PROPOSED PRICING LISTED ABOVE WHICH WILL BE CONSIDERED BY THE GOVERNMENT." No hard copies (paper sets) or CD-ROM of the RFQ will be provided by the Government. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the internet. It is the contractor ™s responsibility to check the website daily for any and all amendments to this solicitation. All contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov Prospective contractors are requested to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in accordance with FAR Clause 52.219-1. Contractors shall comply with the VETS-100 reporting requirements of FAR Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans prior to receiving award of a federal contract exceeding $25,000. Instructions, information and follow-up assistance is provided at VETS-100 Internet site at http://vets.dol.gov/vets100/ For assistance contact the VETS-100 help desk at (301) 306-6752 or email helpdesk@vets100.com. Proposals are due on 01 May 2012 by 10:00 AM PACIFIC STANDARD TIME. POINT OF CONTACT FOR THIS SOLICITATION IS LEILANI MUTU, TELEPHONE (808) 473-7625 OR EMAIL: leilani.mutu@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0179/listing.html)
 
Place of Performance
Address: DON HRSC-SW
Zip Code: P O Box 452015, Bldg 6300 Miramar Way, San Diego, CA
 
Record
SN02732180-W 20120428/120426235550-ae6f96b1832b59c67b517c652e381b7d (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 |
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.