SOLICITATION NOTICE
69 -- JOINT RANGE EXTENSION HARDWARE AND SOFTWARE
- Notice Date
- 9/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0957714RC019
- Response Due
- 9/19/2014
- Archive Date
- 10/4/2014
- Point of Contact
- GISELE CARTER 757-443-1359
- 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 N0957714RC019F1. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Publication Notice 20140828. 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 334111 and the Small Business Standard is 1000. This is a Sole Source solicitation. The Small Business Office concurs with the set-aside decision. The Navy Fleet Logistics Center (FLC) Norfolk intends to award a single Firm Fixed Price contract for the supplies and service, installation and training outlined in the justification for sole source descriptions. Delivery [Period of performance] is 1 October 2014; Delivery Location is Commander, Strike Group Four 1540 Gilbert Street Norfolk VA OR FOB Origin applies. 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: 52.212-1 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]; Use with its ALT I, when a time and materials contract is anticipated; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items [select and list the clauses that apply]. 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 52.232-36 Payment by Third Part (July 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Sward (July 2013) 52.219-28 Post Award Small Business Program Respresentation (July 2013) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers w/Disabilities (Oct 2010) 52.225-13 Restriction on Foreign Purchases Quoters [shall include] OR [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: 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) 252.239-7017 Noticed of Supply Chain Risk (Nov 2013) 252-239-7018 Supply Chain Risk (Nov 2013) 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate 252.225-7036 Alt I Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2012) 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 252.204-7003 Control of Government Personnel Work Product This announcement will close at 10:00AM on 19 September 2014. Contact Gisele Carter who can be reached at 757-443-1359 or email Gisele.carter @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. ******* End of Combined Synopsis/Solicitation ******** If Sole Source include: 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0957714RC019/listing.html)
- Place of Performance
- Address: COMMANDER STRIKE GROUP FOUR
- Zip Code: 1540 GILBERT STREET, NORFOLK, VA
- Zip Code: 1540 GILBERT STREET, NORFOLK, VA
- Record
- SN03514390-W 20140918/140917000632-2e90ba430d6f5f7d1c12185386057fe4 (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 |