Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2013 FBO #4408
SOLICITATION NOTICE

J -- Refurbishment Project for Staterooms and Wardroom of USS CHAFEE

Notice Date
12/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
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
N0060414T0004
 
Point of Contact
Donna Franzese 808-473-7545
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. The proposed contract action is for 100% set aside for small business concerns. 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-0004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-17 and DFARS Change Notice 20131216. 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 www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 238320and the Small Business standard is $14M. All services need to be completed no later than 8 January 2014. The Fleet Logistics Center (FLC) Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the services described in the Performance Work Statement (PWS). Also, qualified sources must be able to meet the requested delivery schedule also identified in the PWS. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. CLIN 0001 “ 1 GROUP - Services to renovate 13 Staterooms and the Wardroom for the USS CHAFEE. Period of Performance is 24 December 2013 “ 8 January 2014. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1, Instructions to Offerors 52.212-2, Evaluation-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 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-36, Payment by Third Party 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates This Statement Is For Information Only: It Is Not a Wage Determination Employee Class Monetary Wage- Fringe Benefits Wage Grade Worker WG-11- $30.56 52.252-1, Solicitation Provisions Incorporated by Reference 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 if the Representations and Certifications is not updated in System for Award Management (SAM). Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.225-7000, Buy American Statute - Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 ALT III, Transportation of Supplies by Sea 5252.243-9400, Authorized Changes Only by the Contracting Officer Offerors shall include a completed copy of 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 with quotes due by 6:00AM Hawaii Standard Time on Monday, 23 December 2013. Offerors shall submit quotes to Contract Specialist, Donna Franzese via email at donna.franzese@navy.mil. Questions on this solicitation must be submitted no later than 12:00PM, Noon time, Hawaii Standard Time on Thursday, 19 December 2013. Offerors must be registered with SAM (formerly CCR) to be considered for award. All quotes shall include unit price(s), extended price(s), and total price, a vendor point of contact, name and phone number, email address, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Evaluation criteria will be Lowest Price Technically Acceptable (LPTA). Quotes will be evaluated on technical acceptability, price and past performance. The Government will evaluate the quote as acceptable or unacceptable. Acceptable: The quote contains all of the required information indicated in this solicitation and PWS and the information submitted does not conflict with the requirements of the specifications herein, and the proposed items meet or exceed the Government's requirements. Unacceptable: The quote does not contain all of the required information indicated in the solicitation, and/or the information submitted conflicts with the requirements of the specifications herein, and/or the proposed items do not meet the Government's requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T0004/listing.html)
 
Record
SN03253050-W 20131219/131217234612-3a74030dfb9c6565903979c9b3696218 (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.