SOLICITATION NOTICE
D -- Satellite Network Television Subscription
- Notice Date
- 1/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018914T0066
- Response Due
- 1/29/2014
- Archive Date
- 2/13/2014
- Point of Contact
- Faye Dillard 757-443-1454 Carolyn Johnson-Lawrence
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures under found at FAR 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The Request For Quote (RFQ) number is N00189-14-T-0066. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. 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 NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. The NAICS code is 517410 and the Small Business Standard is $15M. This is a sole source, unrestricted action with Rockwell Collins, Inc., DBA RC Displays Systems, 400 Collins Road NE, Cedar Rapids, IA 52498-0001. NAVSUP Fleet Logistics Center Norfolk Contracting Department, requests from qualified sources capable of providing the following on-line military subscription. CLINDescription 0001Subscription Renewal, Satellite Network for the Rockwell Collins Tailwind Program Plan 500 with US-ME-Europe Regions and AS4000 7-Pack for three Government owned Gulfstream C-37B Aircrafts, Buno 166376 - SN 5041, 16377- SN 5087, 16378 SN 5098 Quantity 12 Unit Of Issue MO Period of Performance: 1Day After Contract Awarded to Naval Air Facility, Attn: LS1 Clark, VR-1 1 San Diego Loop, Bldg. 3188, Andrews Air Force Base, MD 20762-5518. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications 52.212-4, Contract Terms and Conditions - Commercial Items 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-7994 2014 Appropriations 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003 Alt I Item Identification and Valuation Alternate I 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act 52.225-13 Restriction on Certain Foreign Purchases 52.232-18 Availability of Funds 52.225-25 Prohibition on Contracting with Entities 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.247-34 F.O.B. Destination 52.233-3 Protest after Award 52.215-5 Facsimile Proposals Facsimile number (757) 443-1376 52.252-2 Clauses Incorporated by Reference 52.215-5 Facsimile Proposals Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirement Relating to compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A CCR Alternate A 252-225-7000 Buy American Act Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252-232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 Alt III Transportation for Supplies by Sea 5252. NS.046P Prospective Contractor Responsibility ECMRA (NMCARS) CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the (NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/'' 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall (To be completed at time of award) (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWFData to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and sub-line item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity s WAWF point of contact. _________________________________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) This announcement will close at 11:00 a.m. on 29 January 2014. Responses may be submitted to Faye Dillard who can be reached at 757-443-1454 or email faye.dillard@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. 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 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. 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 proposals received within fifteen days after date of publication of this synopsis 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0066/listing.html)
- Record
- SN03272936-W 20140125/140123234424-ba205c3229034b929d2e5c66841557a1 (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 |