Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

D -- Computer Aided Design and Renditions

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0313
 
Response Due
8/31/2015
 
Archive Date
9/16/2015
 
Point of Contact
Mark A. Zaccagnini 757-443-1296
 
Small Business Set-Aside
N/A
 
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 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 (https://www.neco.navy.mil/). The RFQ number is N00189-15-T-0313 This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83_ and DFARS Publication Notice 20150803. 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 541512. The NAVSUP Fleet Logistics Center-Norfolk requests responses from qualified sources capable of providing: computer aided designs and renditions onboard the PCU Gerald R. Ford (See PWS Attached ). Delivery [Period of performance] is 60 days after receipt of award; Delivery Location is PCU Gerald R. Ford. Responsibility and Inspection: unless otherwise specified in the order, the government is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award management (July 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 SAM Maintenance (July 2013) 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 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items (Deviation 2013-o0019) (Sept 2013) 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 Subcontracts Awards (July 2013) 52.219-6 Notice of Small Business Set-Aside(Nov 2011) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities(April 2015) 52.222-26 Equal Opportunity (April 2015) 52.222-36 Affirmative Action for Workers w/Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons (march 2015) 52.223-18 Encouraging contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33 Payment by Electronic Funds Transfer “ SAM (July 2013) 52.232-36 Payment by Third Party (May 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent rates (May 2014) 52.222-55 Minimum wages Under Executive Order 13658 (Dec 2014) 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST) (Apr 2014) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/ ); (2) Quick Search (http://quicksearch.dla.mil/ ); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by ” (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm ); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2197, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars.. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 52.239-1 Privacy or Security Safeguards 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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal confidentiality Agreements-Representation. (DEV 2015-o0010) (Feb 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal confidentiality Agreements-Representation. (DEV 2015-o0010) (Feb 2015) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 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 252.225-7036 Alt I (June 2012) Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2012) 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by contractor Personnel (Nov 2010) 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea (April 2014) This announcement will close at 11:00 AM (Eastern Time) on 31 August 2015, when proposals are due to Mark Zaccagnini who can be reached at email mark.zaccagnini@navy.mil. A reminder that this solicitation and subsequent award is being held under the basis of full and open competition with no set-aside used. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The Award will be based upon LPTA with technical acceptability being considered in accordance with the information provided in the Performance Work Statement “ also attached to this announcement. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination of responsibility/ technically acceptable low bids. 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/. Please Read entire Statement of Work as it gives specific instructions which must be followed to ensure contractor eligibility to participate in the Manadatory Site Visit being held on Tuesday, August 25, 2015. All quotes shall include price(s), FOB point, a point of contact, name and phone number, Company Cage code, business size, and confirmation that the Government Purchase Card is an acceptable means of payment. Quotes over 10 pages in total will not be accepted. 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/N00189/N0018915T0313/listing.html)
 
Record
SN03827769-W 20150808/150807000121-8406a866ee34f5690c1cfdcea039108a (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.