Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

D -- Activu Support

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-16-P-0269
 
Archive Date
9/6/2016
 
Point of Contact
Stephen J. Shea, Phone: 2074382422
 
E-Mail Address
stephen.j.shea@navy.mil
(stephen.j.shea@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 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 FEDBIZOPPS. The RFQ number is N39040-16-P-0269. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20160816. 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://farsite.hill.af.mil/vfara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 811211. The small business size standard for NAICS Code 811211 is $7.5 million. This is a Sole Source Action to be awarded to Activu Solutions, Inc. The award is a Sole Source Action as Activu Solutions is the original equipment manufacturer (OEM) and retains the proprietary compatibility, function and controller interface required to complete maintenance. PLACE OF PERFORMANCE: Portsmouth Naval Shipyard, Kittery, ME. 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. 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance (July 2013) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.219-28, Post Award Small Business Representation 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs (Dec 2012) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates Quoter shall include a completed copy of 52.212-3 and its Alt I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation for Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) This announcement will close at 1:00 PM EST on Monday, 09/14/2015. Contact Stephen Shea at 207-438-2422 or email stephen.j.shea@navy.mil. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. System for Award Management (SAM): Vendors 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/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e54a6487f37ed7cf9b84f33ccc8d749)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04233493-W 20160821/160820000021-2e54a6487f37ed7cf9b84f33ccc8d749 (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.