Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
SOLICITATION NOTICE

62 -- Purchase and installation of police patrol vehicle equipment to outfit 37 vehicles for COMNAVREG Hawaii Joint Base Pearl Harbor Hickam, Hawaii.

Notice Date
9/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336320 — Motor Vehicle Electrical and Electronic 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
N0060415T3121
 
Response Due
9/18/2015
 
Archive Date
10/3/2015
 
Point of Contact
Thomas McLain 808-473-7582 Elaine Carmody 808-473-7531
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services 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-3121. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83-2-2-08032015 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/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336320 and the Small Business Standard is 750 employees. The proposed contract is unrestricted. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing the following police patrol vehicle equipment items listed in Table 1 for purchase and installation, as outlined in the Statement of Work (SOW) [Attachment 001]: Table 1 No.DescriptionU/I QtyUnit Price Extended Price 1Exterior Light Bar Super EA36$ $ 2Tail Light LED Flashers (Red) EA36$ $ 3Tail Light LED Flashers (Blue)EA36$ $ 4Front Light LED Flashers (Clear)EA56$ $ 5Front Grill LED Light (Red)EA36$ $ 6Front Grill LED Light (Blue)EA36$ $ 7100 Watt Siren Speaker EA36$ $ 8Siren Mounting BracketEA36$ $ 9Siren/Light Control Box EA36$ $ 10Handheld Siren ControllerEA13$ $ 11Rear Deck LED Light (Red) EA23$ $ 12Rear Deck LED Light (Blue) EA23$ $ 13Custom Console System(w/2 power ports and beverage holders) EA23$ $ 14Flip Up Troy Arm Rest [Brand Name or Equal] Refer to Salient Characteristics/Features in Attachment 002EA23$ $ 15Full Sliding Window Partition Cage EA18$ $ 16Rear Door Window Bars EA18$ $ 17Dual Universal Gun Mount w/out trigger guards w/ Universal Electronic LocksEA18$ $ 18BI ABS Prisoner transport seat (basic seat with sealt belts)EA18$ $ 19Window Tint “ Premium limo dark tint applied to rear (3) windowsSet24$ $ 20Ace K9 Pager, K9 Transport System, Hot N Pop unit, heavy duty, remote door pop [Brand Name or Equal] Refer to Salient Characteristics/Features in Attachment 002EA6$ $ Offeror is to provide price quotes for equipment items listed in Table 1, and total cost for installation to include the applicable labor category, along with the fully burdened hourly rate for the installation, as outlined in the SOW [Attachment 001]. 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 determination of responsibility and lowest price technically acceptable low bids. The contractor will also be evaluated for achieving a satisfactory rating for Past Performance as rated in the Past Performance Information Retrieval System (PPIRS). Where there is no rating of past performance in PPIRS the rating shall be evaluated as neutral. The Government contemplates the award of a Firm Fixed Price contract resulting from this solicitation. Period of performance is September 14, 2015 to November 6, 2015. The following FAR provisions 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 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items [Attachment 003] 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation 52.333-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 and its ALT I, Restriction of Subcontractor Sales to the Government 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 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-8 Utilization of Small Business Concerns 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 52.222-35 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 52.222-50 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 52.225-25 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. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) The following DFARS provisions and clauses are applicable to this procurement: 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 (DEVIATION 2015-O0010) (FEB 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)(FEB 2015) 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 w/Firms ¦Terrorist Country 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability [Attachment 004] 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7021 Trade Agreements 252.225-7012 Preference for Certain Commodities 252.225-7993 Prohibition on Contracting with the Enemy 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea Quoters are reminded to include a completed copy of 52.212-3 and its ALT I [Attachment 003] with quotes if there are any changes to the electronic filing in SAM, and DFARS 252.209-7992 [Attachment 004]. Failure to return DFARS 252.209-7992 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law - Fiscal Year 2015 Appropriations) may result in your submission being deemed unresponsive. This announcement will close at 4:00PM HST on September 18, 2015. Contact Thomas McLain who can be reached at (808) 473-7582 or email thomas.mclain@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. 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. 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3121/listing.html)
 
Record
SN03872821-W 20150906/150904235001-0110c38689069c2cb51ef7d7e50b1ec9 (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.