Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOLICITATION NOTICE

U -- Mountaineer Training

Notice Date
8/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
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
N0060415T3143
 
Response Due
8/21/2015
 
Archive Date
8/31/2015
 
Point of Contact
Mitchell Yoshimura 808-473-7508
 
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-3143. This solicitation document incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Publication Notice 20150626. 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 611519 and the Small Business Standard is $15.0M. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate as a 100% small business set-aside under the authority of FAR 13.106-1(d) and 19.502-2. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive quotes. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following the services listed below: CLIN QTY U/I 0001 1 Group Defense POW/MIA Accounting Agency (DPAA) requires a contractor to provide mountaineer training for rigging and rescue techniques, which must be customizable to meet the specific needs of the mission. All work shall be in accordance with the Performance Work Statement (PWS). The Period of Performance (POP) will be 24 August 2015 to 05 September 2015. The following FAR provision(s) and clause(s) are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and Alt I, Offeror Representations and Certifications 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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 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 w/Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer “ SAM 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates 52.222-55, Minimum Wages Under Executive Order 52.222-99, Establishing a Minimum Wage for Contractors 52.223-5, Pollution Prevention and Right-to-Know Information 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference DFARS provision(s) and clause(s) applicable to this procurement are: 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 252.203-7998, Confidentiality Agreements-Representation 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement 252.204-7003, Control of Government Personnel Work Product 255.204-7004 Alt A, System for Award Management 252.204-7005, Oral Attestation of Security Responsibilities 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 252-209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability Fiscal Year 2015 Appropriations 252.223-7006, Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.225-7001, Buy America Act and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export- Controlled Items 252-225-7993 (Dev), Prohibition on Contracting with the Enemy 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.244-7000, Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023, Transportation of Supplies by Sea Quoters are reminded to include a completed copy of the attached DFARS Class Deviation Form with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 10:00 a.m. Hawaiian Standard Time on Friday, 21 August 2015. If you have any questions, you contact Mitchell Yoshimura who can be reached at (808) 473-7508 or email mitchell.yoshimura@navy.mil. All responsible sources may submit one quote via email only to mitchell.yoshimura@navy.mil which shall be considered by the agency. 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 the lowest price technically acceptable. 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. 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/N0060415T3143/listing.html)
 
Record
SN03845088-W 20150821/150819235039-b02d7f88ee7d59d21a11d50fa0282cf2 (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.