Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
SOLICITATION NOTICE

V -- Port Security Barrier Operations

Notice Date
7/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0350
 
Point of Contact
Deann Cloaninger 757-443-1328
 
Small Business Set-Aside
N/A
 
Description
Port Security Barrier Operations Services 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 (http://www.neco.navy.mil/). The RFQ number is N00189-15-T-0350. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150626. The NAVSUP Fleet Logistics Center - Norfolk is procuring: Services for the Operation of Port Security Barriers (to be located at Marine Hydraulics International, Inc. “ Norfolk, VA), in accordance with the attached Performance Work Statement. The period of performance will be for 2 ˝ months upon installation of the barriers. 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. The services are being procured on a sole source basis due to fact that MHI is the only company situated to ensure seamless operation of barriers for both Government operations and MHI ™s commercial operations. 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 proposals 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. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. 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: 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 488310 and the Small Business Standard is $38.5M. The Following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.204-13 Central Contractor Registration Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations “ Representation 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36Affirmative Action for Workers with Disabilities. 52.222-37Employment Reports on Disabled Veterans 52.222-50Combatting Trafficking in Persons 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates for Federal Hires 52.222-55Minimum Wages Under Executive Order 13658 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer 52.222-41Service Contract Labor Standards 52.222-99 (Dev)Establishing a Minimum Wage for Contractors 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.245-1Government Property 52.245-9Use and Charges 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters 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: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.203-7998Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Representation 252.203-7999Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252-204-7004 Alt ASystem for Award Management 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015Disclosure of Information for Litigation Support Contractors 252.211-7007Reporting of Government-Furnished Property 252.209-7992Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law “ Fiscal Year 2015 Appropriations 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.245-7001Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002Reporting Loss of Government Property 252.245-7003Contractor Property Management System Administration 252.245-7004Reporting, Reutilization and Disposal 252.247-7023Transportation of Supplies by Sea This announcement will close at 10:30 a.m. (EST) on Friday, 31 July, 2015. Contact Scott Stewart who can be reached at 757-443-5612 or email scott.e.stewart1@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. 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 shall be submitted via email to scott.e.stewart1@ navy.mil (quotes in excess of 15 pages will not be considered). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** Attachment I “ Performance Work Statement (N00189-15-T-0350) Attachment II “ Scheduled Government Furnished Property
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0350/listing.html)
 
Record
SN03818339-W 20150801/150731000954-569c723b0493196e904e237c02f9d743 (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.