Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
SOLICITATION NOTICE

R -- Inventory taking service

Notice Date
2/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018916T0128
 
Response Due
2/10/2016
 
Archive Date
2/10/2021
 
Point of Contact
Monti Dutta 757-443-1330 Monti Dutta, phone: 757-443-1330, email: monti.dutta@navy.mil
 
E-Mail Address
monti.dutta@navy.mil
(monti.dutta@navy.mil)
 
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 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/). This requirement is for the conducting of inventories of two warehouse storage buildings. The RFQ number is N00189-16-T-0128. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-86 (effective: February 1, 2016) and DFARS Publication Notice 20151230 (effective: December 30, 2015). 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 541614 and the Small Business Standard is $15.0 million. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. The Naval Supply Systems Command Fleet Logistics Center requests responses from qualified sources capable of providing: CLIN0001 “ Inventory taking service labor - Quantity: 16; Unit of issue: work days (Monday through Friday) Please review the following applicable attachments: I.Statement of Work II.Copy of Inventory III.Urgency Justification Period of performance is February 15, 2016 to March 7, 2016; Performance Location is Yorktown Naval Weapons Station, Cheatham Annex, D Street, Buildings 3 and 4, Williamsburg, VA 23185. 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 provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - 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 to a responsible offeror based on a combination of factors: price and technically acceptable low bids. 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 52.233-3 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 52.222-41 Statement of Equivalent Rates 52.222-55 Minimum Wages Under Executive Order 13658 52.222-41 Service Contract Labor Standards 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 52.245-1 Government Property 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 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 these addresses: http://farsite.hill.af.mil/vffara.htm (for FAR clauses) http://farsite.hill.af.mil/vfdfara.htm (for DFARS clauses) 52.252-2 Clauses Incorporated by Reference 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards U.S. Department of Labor Wage Determination No. 1997-0026, Revision No: 34, dated 29 December 2015, State of Virginia, York County, applies to this requirement. 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 Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements “ Representation (Dev 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7007 Alternate A, Annual Representations and Certifications 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information [for services only] 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2016 Appropriations (Dev 2016 O0002). 252.211-7007 Reporting of Government-Furnished Property 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Material 252.225-7048 Export-Controlled Items 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations NAVSUP clause 5252.204-9400 This announcement will close at 1 PM EST on February 10, 2016. Submit quote by closing deadline, via email to Mr. Monti Dutta, at monti.dutta@navy.mil. Phone number is 757-443-1330. However, 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, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Statement of Work. 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/N0018916T0128/listing.html)
 
Place of Performance
Address: NECC CIF, Yorktown Naval Weapons Station, Cheatham Annex, D Street, Buildings 3 and 4, Williamsburg, VA
Zip Code: 23185
 
Record
SN04008987-W 20160205/160203234553-7c3ab2e0e58854db03cf10a990c5379d (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.