Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

R -- FIAR Program Management Transition Services

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914Q2976
 
Response Due
9/3/2014
 
Archive Date
9/18/2014
 
Point of Contact
Mr. David Gagliardi 215-697-9692
 
E-Mail Address
NAVSUP FLC NEGOTIATOR
(david.gagliardi1@navy.mil)
 
Small Business Set-Aside
N/A
 
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 the test program for commercial items found at FAR 13.5, 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 (https://www.neco.navy.mil/). The RFQ number is N00189-14-Q-2976. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 (July 25, 2014) and DFARS Publication Notice 20140805. 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 541219 and the Small Business Standard is $20.5M. 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 Small Business Office concurs with the decision not to set-aside this procurement. The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office intends to acquire on a sole source basis from Deloitte Consulting LLP, program management transition services in support of the Financial Improvement and Audit Readiness Program. These services will cover a one month period. The PWS is attached to this combined synopsis / solicitation. CLINDescription QtyU/I 0001Program Management Transition Services1Mo 0002Travel in support of CLIN 00011Lo 0003Technical Data IAW DD1423 CDRL (NSP)1Lo Period of performance is 04 September 2014 thru 03 October 2014; Location of Performance is FMO Offices at the Washington Navy Yard, D.C. and Contractor Facilities. Inspection and Acceptance: by the Government. The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply]; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2014) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) ((Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.204-10,, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637(d)(4)). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O)13496). 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) Additional contract terms and conditions applicable to this procurement are: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and 252.232-7003, Electronic Submission of Payment Requests. 252.232-7006 Wide Area Workflow will be utilized for payment under this order. FAR 52.243-1 Changes-Fixed Price. FAR 52.204-2 Security Requirements 252.239-7001 Information Assurance Contractor Training and Certification 5252.204-9400 Contractor Unclassified Access To Federal Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information. This announcement will close at 1400 EDT on 03 September 2014. Contact Mr. David Gagliardi, Code 280.1A who can be reached at 215-697-9692 or email david.gagliardi1@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. 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914Q2976/listing.html)
 
Place of Performance
Address: 720 Kennon Street, SE, Bldg 36, Washington Navy Yard, Washington, DC
Zip Code: 20374
 
Record
SN03487632-W 20140830/140829023329-7855b9f03536f8045cb834f37ec9787b (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.