Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2015 FBO #4991
SOLICITATION NOTICE

W -- USS CARL VINSON (CVN-70) CIS SCAFFOLDING SERVICES - N55236-15-Q-2051 ELINS USSS CARL VINSON

Notice Date
7/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-15-Q-2051
 
Archive Date
8/7/2015
 
Point of Contact
Gina G. Manalo, Phone: 6195561166, Roderick Q. Rioveros, Phone: 6195562309
 
E-Mail Address
gina.manalo@navy.mil, roderick.rioveros@navy.mil
(gina.manalo@navy.mil, roderick.rioveros@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N55236-15-Q-2051 USS CARL VINSON SOW N55236-15-Q-2051 ELINS USS CARL VINSON This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N55236-15-Q-2051 is issued as a full and open competition. The applicable North American Industry Classification System (NAICS) code is 532490 "Other Commercial and Industrial Machinery and Equipment Rental and Leasing." This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2005-83 (Effective 2 July 2015). DESCRIPTION : The requirement is for a firm-fixed-price (FFP) order; Contract Line Item No. (CLIN) 0001 is for scaffolding services in support of the USS CARL VINSON (CVN-70), for the period of performance 24 July 2015 through 25 September 2015. Refer to Attachment (1) for the entire Statement and Attachment (2) for the scope of work with Exhibit Line Item Numbers ( ELINs). PACKAGING REQUIREMENTS : Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS : Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. The following factors shall be used to evaluate offers: (i) Technical capability of the item quoted to meet the Government requirement (ii) Price Technical capability will be evaluated on a pass/fail basis. An offer that is considered technically unacceptable shall be ineligible for award. The lowest priced offer that is determined to be technically acceptable shall be selected for award. The total evaluated price will be the sum of all ELINs. Quoters will be required to have a Southwest Regional Maintenance Center (SWRMC) approved Quality Management System (QMS) in accordance with NAVSEA Standard Item 009-04 in place prior to contract award. APPLICABLE PROVISIONS AND CLAUSES : Offers received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Offerors who have completed SAM should notify the Contract Specialist before solicitation's closing date and time so it can be downloaded by the Procuring Contracting Office. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: •• 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) •• 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) •• 52.212-1 Instructions to Offerors Commercial Items (Apr 2014) •• 52.212-3 Offeror Representations and Certifications- Commercial Items (Dec 2014) •• 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2014) •• 52-219-6 Notice of Total Small Business Set-Aside (Nov 2011) •• 52.222-3 Convict Labor (Jun 2003) •• 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014) •• 52.222-21 Prohibition of Segregated Facilities (Feb 1999) •• 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) •• 52.222-50 Combating Trafficking in Persons (Mar 2015) •• 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) •• 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) •• 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) •• 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) •• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) •• 52.233-3 Protest After Award (AUG 1996) •• 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) •• 52.242-17 Government Delay of Work (Apr 1984) •• 52.247-34 F.O.B. Destination (Nov 1991) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-Q-2051/listing.html)
 
Place of Performance
Address: Naval Air Station North Island, San Diego, California, 92135, United States
Zip Code: 92135
 
Record
SN03807005-W 20150724/150723000420-7119e01e24bea0ea2186cf26b2827a41 (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.