Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2013 FBO #4395
MODIFICATION

H -- TRAINING, TESTING AND INSPECTION SERVICES

Notice Date
12/4/2013
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
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
N0060414T3007
 
Response Due
12/6/2013
 
Archive Date
12/21/2013
 
Point of Contact
JIMMIE TOLOUMU 808-473-7906
 
Small Business Set-Aside
N/A
 
Description
REOPENING THIS SOLICITATION TO INCLUDE AN UPDATED PERFORMANCE WORK STATEMENT, SCA CLAUSES, AND CURRENT WAGE DETERMINATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12 “ Acquisition of commercial items and FAR Part 13 - using Simplified Acquisition Procedures, 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 (http://www.neco.navy.mil/). The RFQ number is N00604-14-T-3007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- 71 and DFARS Change Notice 20131118. 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: http://farsite.hill.af.mil/vffara.htm and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541380 and the Small Business Standard is $14M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). 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. The NAVSUP FLC Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: BASE YEAR CLIN 0001 PERSONNEL FIT TEST IAW PWS PARA 3.1 AND PARA 3.1.1, QTY IS 270 EACH CLIN 0002 SCBA FUNCTION TEST, INSPECTION AND CERTIFICATION IAW PWS PARA 3.2, QTY IS 200 EACH CLIN 0003 REGULATOR “ FUNCTION TEST SCBA FACEPIECE IAW PWS PARA 3.3, QTY IS 300 EACH CLIN 0004 RIC KIT INSPECTION AND PRESSURE TEST IAW PWS PARA 3.4, QTY IS 19 EACH CLIN 0005 SKA-PAK FUNCTION TEST IAW PWS PARA 3.5, QTY IS 11 EACH CLIN 0006 PROGRAM RECORDS MANAGEMENT IAW PWS PARA 3.6, QTY IS 12 MONTHS CLIN 0007 SCBA CYLINDER HYDROSTATIC TESTING IAW PWS PARA 3.7, QTY IS 120 EACH CLIN 0008 SCBA CYLINDER INSPECTION AND REPAIR IAW PWS PARA 3.8, QTY IS 1 GROUP CLIN 009 BREATHING AIR COMPRESSOR PREVENTATIVE MAINTENANCE IAW PWS PARA 3.9, QTY IS 12 MONTHS CLIN 0010 MOBILE AIR COMPRESSOR PREVENTATIVE MAINTENANCE IAW PWS PARA 3.10, QTY IS 12 MONTHS CLIN 0011 BREATHING AIR QUALITY MONITORING AND SAMPLING IAW PWS PARA 3.11, QTY IS 24 EACH CLIN 0012 COMPRESSOR REPAIRS IAW PWS PARA 3.12, QTY IS 1 GROUP CLIN 0013 SCBA PARTS AND REPAIRS IAW PWS PARA 3.13, QTY IS 1 GROUP CLIN 0014 SCBA VOICE AMPLIFIER PARTS AND REPAIR, QTY IS 1 GROUP CLIN 0015 T-PASS PARTS AND REPAIRS, QTY IS 1 GROUP OPTION YEAR 1 CLIN 1001 PERSONNEL FIT TEST IAW PWS PARA 3.1 AND PARA 3.1.1, QTY IS 270 EACH CLIN 1002 SCBA FUNCTION TEST, INSPECTION AND CERTIFICATION IAW PWS PARA 3.2, QTY IS 200 EACH CLIN 1003 REGULATOR “ FUNCTION TEST SCBA FACEPIECE IAW PWS PARA 3.3, QTY IS 300 EACH CLIN 1004 RIC KIT INSPECTION AND PRESSURE TEST IAW PWS PARA 3.4, QTY IS 19 EACH CLIN 1005 SKA-PAK FUNCTION TEST IAW PWS PARA 3.5, QTY IS 11 EACH CLIN 1006 PROGRAM RECORDS MANAGEMENT IAW PWS PARA 3.6, QTY IS 12 MONTHS CLIN 1007 SCBA CYLINDER HYDROSTATIC TESTING IAW PWS PARA 3.7, QTY IS 120 EACH CLIN 1008 SCBA CYLINDER INSPECTION AND REPAIR IAW PWS PARA 3.8, QTY IS 1 GROUP CLIN 1009 BREATHING AIR COMPRESSOR PREVENTATIVE MAINTENANCE IAW PWS PARA 3.9, QTY IS 12 MONTHS CLIN 1010 MOBILE AIR COMPRESSOR PREVENTATIVE MAINTENANCE IAW PWS PARA 3.10, QTY IS 12 MONTHS CLIN 1011 BREATHING AIR QUALITY MONITORING AND SAMPLING IAW PWS PARA 3.11, QTY IS 24 EACH CLIN 1012 COMPRESSOR REPAIRS IAW PWS PARA 3.12, QTY IS 1 GROUP CLIN 1013 SCBA PARTS AND REPAIRS IAW PWS PARA 3.13, QTY IS 1 GROUP CLIN 1014 SCBA VOICE AMPLIFIER PARTS AND REPAIR, QTY IS 1 GROUP CLIN 1015 T-PASS PARTS AND REPAIRS, QTY IS 1 GROUP Period of performance is 09 December 2013 thru 08 December 2014 for the BASE YEAR and 09 December 2014 thru 08 December 2015 for the OPTION YEAR 1. Delivery Location is the FEDERAL FIRE DEPARTMENT HEADQUARTERS, 650 Center Drive Bldg 284, Honolulu, HI 96818. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 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 including: 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 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers w/ disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer. 52.212-5, Facsimile Proposals 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the contract 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.247-34, FOB destination 52.252-2, Clauses Incorporated by Reference Quoters are reminded to 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: DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7006, Wide Area Work Flow (WAWF) DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations This announcement will close at 1000 Hrs HST on 06 December 2013. Contact Jimmie Toloumu who can be reached at 808-473-7906 or email jimmie.toloumu@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors. These factors include, price, determination of responsibility, and technically acceptable low bid. Lack of registration in the System for Award Management (SAM) database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirement by calling 1-866-606-8220, or via the internet at http://www.sam.gov. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3007/listing.html)
 
Record
SN03245128-W 20131206/131204234101-33e8f15ea30430b176575ea6bdd781de (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.