Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

J -- Preventative Maintenance on Boring Machines

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
N0060416T3131
 
Response Due
7/5/2016
 
Archive Date
7/25/2016
 
Point of Contact
Sherwin Deguzman 808-473-7955
 
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 N00604-16-T-3131. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88-1 and DFARS Publication Notice 20160607. 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 811310 and the Small Business Standard is $7.5 Million. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the set-aside decision. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY and IMF) seeks a certified Horizontal Boring Mills(HBM) Tech Center / Dealer to perform preventative maintenance and calibration for (2) HBM machines. First machine (model# PT-1800; serial# 480-0013) and Second machine (model# RT 1250; serial# 480-0012). Preventative maintenance services shall be in accordance with the attached Performance (PWS) Attachment 1 and the attached Wage Determination Attachment 2. The proposed contract will be a Firm-Fixed Price (FFP) purchase order. Description QuantityUnitPeriod of Performance CLIN 0001 PM for HBM Machine ™s1 Group 07/07/2016 - 09/30/2016 PT-1800 and RT-1250 The place of performance shall be on-site at Shop 31 located in Bldg. 67, 1st Floor, within Pearl Harbor Naval Shipyard and IMF. 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: 52.204-2 Security requirements ADD FAR 52.204-18 AND 52.204-16 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 Its Alt I, Offeror Representations And Certifications - Commercial Items; 52.212-4 Contract Terms And Conditions - Commercial Items 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.239-1 Privacy or Security Safeguards 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders “ Commercial Items 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 52.219-28 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 52.222-36 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 for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION PURPOSES ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage -- Fringe Benefits 0000 Series WG-10$29.17 “ 33.5% 52.222-55 Minimum Wages Under Executive Order 13658 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 52.252-1 Solicitation Provisions Incorporated by Reference 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2 Clauses Incorporated by Reference 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) 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 Requirements to Inform Employees of Whistleblower Rights 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 252.203-7997 Prohibition on Contracting with Entities that Require Cetain Internal Confidentiality Agreements (DEVIATION 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials Conviction under and FEDERAL Law-Fiscal Year 2016 Appropriations (Dev 2016 O0002) Oct 2015 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Request 252.232-7006 Wide Area Workflow Payment Instruction 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 252.247-7023 Transportation of Supplies by Sea Quoters shall include a completed copy of FAR 52.212-3 ALT I (Offeror Representations and Certifications “ Commercial Item) Attachment 3, FAR 52.204-20 (Predecessor of Offeror) Attachment 4, and FAR 52.209-11 Attachment 5. Failure to return a completed copy of FAR 52.212-3 ALT I, FAR 52.204-20, and FAR 52.209-11 may result in its quote/offer being determined to be non-responsive. Additional attachment - Sole Source Justification (redacted) Attachment 6. Award Selection shall be evaluated on a Lowest Price Technically Acceptable (LPTA) basis: Procedures in FAR 13.106 are applicable to this procurement. An award shall be made to the responsible offeror submitting a technically acceptable quote, per the solicitation and attached PWS, and offering the lowest evaluated price. To be considered for evaluation, offerors must quote on all items/services listed in the solicitation. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Please submit questions no later than 05 July 2016 at 1600 HST. This announcement will close at 1600 PM HST on 05 July 2016. Contact Sherwin Deguzman who can be reached at email sherwin.deguzman@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). 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/N0060416T3131/listing.html)
 
Place of Performance
Address: 667 Safeguard St Suite 100, Pearl Harbor, Hawii
Zip Code: 96860
 
Record
SN04167592-W 20160702/160630235255-156d3c6fb25f74ed898555cf759a81ae (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.