Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

58 -- 5835 - Sound Recording and Reproducing Equipment

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
N0060415T3127
 
Response Due
9/8/2015
 
Archive Date
9/23/2015
 
Point of Contact
JIMMIE TOLOUMU 808-473-7906
 
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 N00604-15-T-3127. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83 and DFARS Publication Notice 20150826. 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: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html and http://farsite.hill.af.mil/. This requirement is being synopsized as a brand name competitive acquisition under the NAICS code 334220 and the Small Business Standard is 750 employees. The Product Service Code (PSC) for this requirement is 5835. This procurement is identified as Brand Name (Motorola) and a firm fixed price contract is anticipated. The brand name and model number of the product(s) are listed below in CLIN 0001. The Government will award in accordance with FAR Part 12 on a Lowest Price Technically Acceptable basis. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Fleet Logistics Center Pearl Harbor ™s Regional Contracting Office requests responses from qualified sources capable of providing ALL of the parts listed on the attached Product List. CLIN 00001 “ See attached Product List. The required delivery date is 60 days ARO; Delivery Location is Fleet Logistics Center, Pearl Harbor, Bldg 1757, Neosho Ave., JBPHH, HI 96860-4549. These items will be delivered F.O.B. destination, hence shipping shall be included in the proposed price. The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations “ Representation 52.209-5 Certification Regarding Responsibility Matters 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. 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 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 52.233-2 Service of Protest 52.247-34 FOB Destination 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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistlelblower 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 Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 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 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of Country that is a State Sponsor of Terrorism 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2015 Appropriations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export- Controlled Items 252.225-7993 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 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation of Supplies by Sea This announcement will close and quotes are due NLT 1000 Hrs HST on 08 September 2015. Quotes must be submitted via email to jimmie.toloumu@navy.mil. All questions shall be submitted via e-mail to jimmie.toloumu@navy.mil, by 1000 Hrs, HST on Friday, 04 September 2015. All questions and answers will be submitted via an amendment to the original solicitation. 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. Procedures in FAR 13.106 are applicable to this procurement. All offerors will be evaluated and a resulting contract will be awarded based on the Lowest Price Technically Acceptable. To be eligible for contract award, a contractor must be registered with the System for Award Management (SAM). For instructions on registering with the SAM, please see the SAM web site at https://www.sam.gov/portal/public/SAM. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Item, with the offer. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, Commercial and Government Entity Code (CAGE), Dun and Bradstreet (DUNS) number, payment terms, and acknowledgement of all solicitation amendments. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This request does not commit the Government to pay any costs incurred, including the preparation of submission of Contractor ™s quotes, or to procure or contract for the supplies or services. Therefore, Contractors are not authorized to commence any effort as a result of this request until confirmed by issuance of written correspondence, via letter or purchase order, as authorized by the Contracting Officer. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3127/listing.html)
 
Record
SN03865296-W 20150903/150901235312-55e95629f1a8b03551dc8d4eccc89a1a (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.