Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

J -- Laser Tracker Calibration - Statement of Work

Notice Date
6/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904015T0268
 
Archive Date
7/15/2015
 
Point of Contact
Gisela Gauthier, Phone: 2074383874, Nicholas Kulakowski, Phone: 2074385253
 
E-Mail Address
gisela.gauthier@navy.mil, nicholas.kulakowski@navy.mil
(gisela.gauthier@navy.mil, nicholas.kulakowski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, under the guidance of FAR Subpart 6.302 - Circumstances Permitting Other Than Full and Open Competition 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 FEDBIZOPPS ( http://www.fbo.gov ). The Request For Quote (RFQ) number is N39040-15-T-0268. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150602. 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 NAICS code is 541690 and the Small Business Standard is 500 employees. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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. The proposed requirement and contract is sole sourced to API Technical Services, Inc. due to internal copyright issues, proprietary calibration procedures, and the non-availability of parts to 3 rd party vendors. Negotiations are to be conducted with that company. 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 Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Maintain and calibrate several units of API Technical Services measuring equipment. Period of performance: August 25, 2015 to August 24, 2016. There will be 1 additional option period. Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. CLIN 0001: Calibration services for OT2 Laser Tracker in accordance with manufacturers specifications, and OPNAV 3960.16 CLINs 0002 through 0004: Calibration services for Radian Laser Trackers in accordance with manufacturers specifications, and OPNAV 3960.16 CLINs 1001 through 1004: Option for Annual Calibration of above items for second year. The following FAR provisions and clauses are applicable to this procurement : 52.204-7, System for Award Management 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 including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 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 52.219-28, 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, Equal Opportunity for Workers w/Disabilities (July 2014) 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-3, Protest After Award 52.223-4, Applicable Law for Breach of Contract Claim 52.204-13 System For Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations 52.217-9, Option to Extend the Term of the Contract 52.222-22, Previous Contracts and Compliance Reports 52.222-55, Minimum Wages Under Executive Order 13658 52.223-11, Ozone Depleting Substances 52.225-13, Restriction on Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-39, Providing Accelerated Payments to Small Business Subcontractors 52.232-40, Unforceability of Unauthorized Obligations 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.245-1, Government Property 52.245-9, Use and Charges 52.247-34, F. O. B. Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms DFARS Clauses: 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, 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 252.211-7007, Reporting of Government Furnished Property 252.212-7000, Offeror Representations and Certifications 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export Controlled Items 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 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002, Reporting the Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004, Reporting, Reutilization and Disposal 252.247-7023, Transportation of Supplies by Sea ** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference) CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD Consign Parcel Post shipments to Portsmouth, NH 03801. Consign all truck shipments, and rail shipments of 10,000 lbs and over to Kittery, Maine via Portsmouth, NH. Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard, Kittery, Maine. Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions. Telephone (207) 438-5521/5206". NOTICE: CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION. Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday. (Federal Holidays excepted.) Contracting Officer's point of contact is: Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil Fax: 207-438-4193 CORRESPONDENCE: For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to: Contract Division, Code 410 Bldg #153, 6th Floor Portsmouth Naval Shipyard Kittery, ME 03904 This notice will close at 16:00 PM EDT on June 30, 2015. Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df862e06240057597b3555ea0090cdc2)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03764708-W 20150617/150615234757-df862e06240057597b3555ea0090cdc2 (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.