Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2016 FBO #5222
SOLICITATION NOTICE

71 -- CO/XO/COT STMTRM REHAB

Notice Date
3/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N00189061S205
 
Response Due
3/25/2016
 
Archive Date
4/9/2016
 
Point of Contact
LT Azubike 7574431974 SHIP POC:
 
E-Mail Address
l.wills@lsd50.navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
USS CARTER HALL LSD50 (in accordance with the Statement of Work) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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 (http://www.neco.navy.mil/). The solicitation number is N001896061S205 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140828. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336611 and the Small Business Standard is 1250 employees. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center - Norfolk requests responses from qualified sources capable of providing: SHIP ™s Area Upgrades - Workstations (See attached Statement of Work for detailed item list). 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 provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation (May 2012) 52.212-1Instructions to Offerors--Commercial Items 52.212-2Evaluation 52.212-3, Alt IOfferor Representations and Certifications “ Commercial Items 52.212-4Contract Terms and Conditions “ Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-41Service Contract Act of 1965 (NOV 2007) 52.222-42Statement of Equivalent Rates 52.222-50Combat trafficking in person (Mar 2015) 52.222-55Minimum Wage under Executive Order 13658 (DEC 2014) 52.222-99Establishing a Minimum Wage for Contractors (Deviation) 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-36Payment by Third Party 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. 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/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998Prohibition on contracting Entities that require certain Internal confidentiality agreement (Dev 2015-00010)(Feb2015) 252.203-7999Prohibition on contracting with Entities that require certain confidentiality agreement 252.204-7003 Control of Government Personnel Work Product 252.204-7004 AltA System for Award management (May 2013) 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS 252.211-7003Item identification and valuation (Dec 2013) 252.223-7006Prohibition of storage, treatment and disposal of toxic or hazardous material (sept 2014) 252.223-7008 Prohibition of Hexavalent Chromium 252-225-7000Buy American Act-Balance of Payments Program Certificate 252-225-7001Buy American Act and Balance of Payments Program (Dec 2012) 252-225-7002Qualifying Country Sources as Subcontractors (Dec 2012) 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition of interrogation of detainees by contractor personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea 5252.204-9400Contractor unclassified Access to Federally controlled Facilities, sensitive information, information technology (IT) systems or protected Health information Mandatory site visit 21Mar 2016 Monday 10am Questions 21Mar 2016 Monday 10am Close 25 Mar 2016 Friday10am Please note the following: -Site visit is Mandatory - Per 52.212-2 Past Performance and Price will be evaluated. Past Performance will be equal to price. For questions Contact Peter Azubike who can be reached peter.u.azubike1@navy.mil 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) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be submitted via email to peter.u.azubike1@navy.mil (the page limit maximum for quotes is 5pages). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Site Visit (Mandatory) @ Naval Amphibious base, LITTLE CREEK QUAY WALL Mandatory site visit will be held prior to receipt of offers to allow all perspective contractors to view and inspect the facilities located at: USS CARTER HALL LSD50 Naval Amphibious base, LITTLE CREEK QUAY WALL In order to attend site visits, contractors shall convene at the above address no later than 21Mar 2016 Monday 10am. Attendees should allow extra time to arrive due to delays in passing through security. Due to shipyard security requirements, failure to make a reservation may prohibit a contractor from attending site surveys. Contractors are limited to two (2) representatives for the site survey. SHIP POC: LSC WILLS michael.wills@lsd50.navy.mil 7574942825 NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED TO ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO VISIT PRIOR TO THE SCHEDULED SITE VISIT DATE. Requirement Quotation request is for CO/XO/COT REHAB Period of Performance: 29Mar- 12Aug16 Place of performance : Naval Amphibious base, Little creek QUAY WALL Attachments Attachment I - Statement of Work ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189061S205/listing.html)
 
Record
SN04045632-W 20160311/160310000642-437f5c411284606a465a0e284df61481 (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.