SOLICITATION NOTICE
J -- Preventative Maintenance for Teradyne Spectrum 9120/50
- Notice Date
- 9/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- N0060414T3164
- Response Due
- 9/29/2014
- Archive Date
- 10/14/2014
- Point of Contact
- RYAN FERNANDEZ 8084737921
- E-Mail Address
-
RYAN.FERNANDEZ@NAVY.MIL
(RYAN.FERNANDEZ@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 Part 13 and FAR subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes as the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION IS NOT AVAILABLE. This request for quotation number is N00604-14-T-3164. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140919. It is the responsibility of the Offeror to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the small business standard is $20.5M. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source, Teradyne, Inc., under the authority of FAR 13.106-1(b)(1)(i). 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 this solicitation. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing annual preventative maintenance services in accordance with the Performance Work Statement. Contract Line Item Number: 0001 Unit: 1 Unit of Issue: Group Description: Preventative Maintenance for Teradyne Spectrum 9120/50 from October 1, 2014 to September 30, 2015 The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 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 Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Requirements 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- SAM 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certification 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The following DFARS provisions and clauses are applicable to this procurement: 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 Alternate A 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 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export-Controlled Items 252.225-7993, Prohibition on Contracting with the Enemy (Deviation) 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Offerors shall include with their quote a completed copy of: 1) 52.212-3 Alt I, Offeror Representations and Certifications “ Commercial Items; and 2) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification This announcement will close with quotes due at 12:00PM, Hawaii Time on Monday, September 29, 2014. Offerors shall email quotes to the Contract Specialist, Ryan Fernandez via email at ryan.fernandez@navy.mil. Offerors must be registered with SAM to be considered for award. The resultant contract will be firm fixed-price, and award will be based on lowest price technically acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3164/listing.html)
- Record
- SN03534635-W 20140929/140927233325-9cc1bbce1ea3b83a22a658352d61b9eb (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 |