SOLICITATION NOTICE
71 -- Shipboard Innerspring Mattresses in accordance with MIL-STD 1623E with Change 1
- Notice Date
- 9/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337910
— Mattress 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
- N0060416T3195
- Response Due
- 9/21/2016
- Archive Date
- 10/6/2016
- Point of Contact
- Christine Teramoto 808-473-7581
- 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 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-3195. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160830. 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 337910 and the Small Business Standard is 1,000 Employees. This is a competitive, unrestricted action and the Small Business Office concurs with the set-aside determination. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 QTY: 50 Shipboard Innerspring Mattresses (dimensions: 71 L x 21 W x 4 H) in accordance with Attachment 4 - MIL-STD 1623E with Change 1. Approvals have been obtained to procure mattresses outside the standard mattress sizes. Quotes must notate the mattress dimensions, that the mattress manufacturer is a small business, and that the mattresses meet the standards stated in MIL-STD-1623E with Change 1. Failure to notate the aforementioned may result in your submission being deemed unresponsive. Delivery is 8 weeks ARO and this requirement is FOB Destination to the Naval Submarine Support Command, JBPHH, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachments: Attachment 1 FAR 52.204-20 Predecessor of Offeror Attachment 2 FAR 209-11 Tax Liability Attachment 3 FAR 52.212-3 Alt 1 Reps and Certs Attachment 4 MIL-STD 1623E with Change 1 Failure to complete Attachments 1-3 may result in your submission being deemed unresponsive. The following FAR provisions and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1Instructions to Offerors 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 52.209-6Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28Post Award Small Business Program Representation 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 w/Disabilities 52.222-50Combatting Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer- SAM 52.232-36Payment by Third Party 52.222-22Previous Contracts and Compliance Reports 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.247-34FOB Destination 52.252-1Solicitation 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 this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2Clauses 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): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation relating to Compensation of Former DoD Officials 252.203-7996Prohibition 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) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) 252.204-7015Disclosure of Information to Litigation Support Contractors 252.211-7003Item Identification and Valuation 252.213-7000Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008Prohibition of Hexavalent Chromium 252.225-7000Buy American Act-Balance of Payments Program Certificate 252.225-7001Buy American Act and Balance of Payments Program 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 1200 HST on Wednesday, 21 September 2016. Contact Christine Teramoto who can be reached at 808-473-7581 or email christine.teramoto@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this procurement must be submitted by 1600 HST on Monday, 19 September 2016. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. 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/. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of lowest price and a determination of responsibility. Quotes must notate the mattress dimensions, that the mattress manufacturer is a small business, and that the mattresses meet the standards stated in MIL-STD-1623E with Change 1. Failure to notate the aforementioned may result in your submission being deemed unresponsive. All quotes shall include price(s), completed Attachments 1-3, 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/N0060416T3195/listing.html)
- Place of Performance
- Address: Naval Submarine Support Command, JBPHH, HI
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN04274981-W 20160918/160916234450-de4c66f6b929fd356c0cfa68cd188539 (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 |