Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOLICITATION NOTICE

J -- Annual preventive maintenance and remedial repair services for one LTX Attachmaster Synchro Test System.

Notice Date
11/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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
N0060417T3002
 
Response Due
11/14/2016
 
Archive Date
11/29/2016
 
Point of Contact
Lee Thomas 808-473-7532
 
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 and FAR subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes as the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION IS NOT AVAILABLE. This request for quotation number is N00604-17-T-3002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20161021. It is the responsibility of the Offeror to understand the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far/ and https://www.acquisition.gov/?q=browsefar and http://www.acq.osd.mil/dpap/dars/dfarspgs/current/index.html. The NAICS code is 811219 and the small business standard is $20.5M. The proposed contract action is for commercial items for which the Government intends to solicit and negotiate with only one source, Xcerra Corporation, under the authority of FAR 13.106-1(b)(1)(i). Interested parties may identify their interest and capability to respond to the requirement or submit offers. This notice of intent is not a request for competitive offers however, offers received before the closing response date will be considered by the Government. A determination by the Government not to compete this solicitation 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 this solicitation. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing annual preventive maintenance and remedial repair services for one LTX Attackmaster Synchro Test System in accordance with the Performance Work Statement (PWS). Contract Line Item Number: 0001 Unit: 1 Unit of Issue: Group Description: Preventive maintenance and remedial repair services in accordance with the PWS, 11/21/2016 to 11/20/2017. 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, System for Award Management Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 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, including: 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 with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- SAM 52.223-5, Pollution Prevention and Right-to-Know Information 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 52.252-2, Clauses Incorporated by Reference The following DFARS provisions and clauses are applicable to this procurement: 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 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016O0003) 252.203-7998, Confidentiality Agreements “ Representation (Deviation 2015-O0010) 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) 252.204-7003, Control Of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management Alternate A 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 252.211-7003, Item Identification and Valuation 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export-Controlled Items 252.225-7993, Prohibition on Contracting with the Enemy (Deviation 2014-O0020) 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow 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 Offerors shall include with their quote a completed copy of: 1) If not available in System For Award Management, 52.212-3 Alt I, Offeror Representations and Certifications “ Commercial Items This announcement will close with quotes due at 12:00PM, Hawaii Time on November 14, 2016. Quotes shall provide a price breakdown of material, labor, and travel. Offerors shall email quotes to the Contracting Specialist, Lee Thomas via email at lee.thomas1@navy.mil. Offerors must be registered with SAM to be considered for award. The resultant contract will be firm-fixed-price, and award will be made to the offeror capable of providing OEM factory trained personnel with experience in automatic test equipment, diagnostic troubleshooting, and capable of executing requirements set forth with the PWS at the best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417T3002/listing.html)
 
Place of Performance
Address: 667 Safeguard Street, STE 100, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN04322670-W 20161110/161108234129-fff487ac2892da7e36e27a661b921385 (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.