Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
SOLICITATION NOTICE

R -- Longshoreman Logistics Support services for onload of 400 pieces of equipment in support of NAVSUP FLC Pearl Harbor Hawaii Ocean Terminals Division requirement.

Notice Date
12/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488320 — Marine Cargo Handling
 
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
N0060415T3016
 
Response Due
12/30/2014
 
Archive Date
1/14/2015
 
Point of Contact
Tom McLain 808-473-7582
 
Small Business Set-Aside
Total Small Business
 
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 for commercial items 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 (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3016. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-79 and DFARS Publication Notice 20141219. 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 488320 and the Small Business Standard is $38.5M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 Longshoremen Logistics Support Services in accordance with the attached Performance Work Statement (PWS) (Attach 1). Attach 1 “ Performance Work Statement Attach 2 “ 52.212-3 Reps and Certifications provision Attach 3 “ SCA Wage Determination Award Selection shall be evaluated on a Low Price Technically Acceptable basis among responsive offerors with a favorable past performance record as reflected in the Past Performance Information Retrieval System (PPIRS). Offerors with no past performance record history as reflected in PPIRS shall be evaluated as neutral. Offerors showing a positive past performance record as reflected in PPIRS shall be evaluated as a pass, and with a negative record evaluated as a fail. Delivery/Period of performance three 10 hour shifts over 2 days between January 5th and January 10th 2015. 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 provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management Maintenance 52.204-13 SAM Maintenance 52.212-1 Instructions to Offerors - 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. 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.225-13 Restrictions on Foreign Purchases 52.222-41 Service Contract Labor Standards 52.222-99 (Dev) Establishing a Minimum Wage for Contractors APPLICAPLE FAR PROVISIONS AND CLAUSES FULL TEXT FOR THIS SOLICITATION: 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits WG-12 $32.21 (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) **Quoters are reminded to include a completed copy of 52.212-3 and its ALT I (Attach 2) with quotes or acknowledgement if there are no updates to electronic reporting in SAM. Additional contract terms and conditions applicable to this procurement are: As referenced in the attached PWS (Attach 1), and the method of payment is Wide Area Work Flow (WAWF). The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 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 252.232-7006 Wide Area Workflow Payment Instructions 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 and Commercial Components (DoD Contracts) 252.246-7003 Notification of Potential Safety Issues 252.247-7000 Hardship conditions 252.247-7006 Removal of contractor ™s employees 252.247-7007 Liability and insurance APPLICAPLE DFARS AND NAVSUP PROVISIONS AND CLAUSES FULL TEXT FOR THIS SOLICITATION: 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. śCovered DoD official ť is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) SUP 5252.243-9400 Authorized Changes Only By the Contracting Officer (JAN 1992) AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a)Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor ™s facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the śChanges ť clause of this contract. (b)The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c)The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: ADDRESS: EMAIL: This announcement will close at 11 AM on December 30, 2014. Contact Thomas McLain who can be reached at (808) 473-7582 or email thomas.mclain@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 ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3016/listing.html)
 
Record
SN03603319-W 20141225/141223234334-2691d0d85e205000ab0e7acc58c35c30 (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.