SOLICITATION NOTICE
J -- NAVY REGION FEDFIRE MEDICAL OXYGEN TEST, REFILL AND MAINTENANCE SERVICES
- Notice Date
- 3/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- N0060417T4002
- Response Due
- 3/20/2017
- Archive Date
- 4/4/2017
- Point of Contact
- PATRICIA MURAKAMI 8084737901
- 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 FAR 13.2, 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 N00604-17-T-4002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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 541380 and the Small Business Standard is $7,500,000.00. This is a competitive, unrestricted action. The Small Business Office concurs with the acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Dept. requests quotes from qualified sources capable of providing transportation, hydrostatic testing, inspection, maintenance care and refilling of the following size medical oxygen cylinders: 22 cubic feet M-22 or Jumbo D cylinders and 127 cubic feet cylinders. Base 12-month period: CLIN 0001: TESTING AND REFILL OF MEDICAL OXYGEN CYLINDERS, QTY. 285 MIXED 22CF vs 127CF CYLINDERS CLIN 0002: MAINTENANCE CARE OF MEDICAL OXYGEN CYLINDERS, QTY 50 MIXED 22CF VS. 127 CF CYLINDERS Option period One: CLIN 1001: TESTING AND REFILL OF MEDICAL OXYGEN CYLINDERS, QTY. 285 MIXED 22CF vs 127CF CYLINDERS CLIN 1002: MAINTENANCE CARE OF MEDICAL OXYGEN CYLINDERS, QTY 50 MIXED 22CF VS. 127 CF CYLINDERS Option period Two: CLIN 2001: TESTING AND REFILL OF MEDICAL OXYGEN CYLINDERS, QTY. 285 MIXED 22CF vs 127CF CYLINDERS CLIN 2002: MAINTENANCE CARE OF MEDICAL OXYGEN CYLINDERS, QTY 150 MIXED 22CF VS. 127 CF CYLINDERS Option period Three: CLIN 3001: TESTING AND REFILL OF MEDICAL OXYGEN CYLINDERS, QTY. 285 MIXED 22CF vs 127CF CYLINDERS CLIN 3002: MAINTENANCE CARE OF MEDICAL OXYGEN CYLINDERS, QTY 150 MIXED 22CF VS. 127 CF CYLINDERS Option period Four: CLIN 4001: TESTING AND REFILL OF MEDICAL OXYGEN CYLINDERS, QTY. 285 MIXED 22CF vs 127CF CYLINDERS CLIN 4002: MAINTENANCE CARE OF MEDICAL OXYGEN CYLINDERS, QTY 50 MIXED 22CF VS. 127 CF CYLINDERS Periods of performance are 01 April 2017 “ 31 March 2018 (Base period); 01 April 2018 “ 31 March 2019 (Option 1); 01 April 2019 “ 31 March 2020 (Option 2); 01 April 2020 “ 31 March 2021 (Option 3); 01 April 2021 “ 31 March 2022 (Option 4). Delivery Locations are FIRE STATION 4, JOINT BASE PEARL HARBOR HICKAM, OAHU, HAWAII; FIRE STATION 7 NCTAMS, WAHIAWA, OAHU, HAWAII; FIRE STATION 8 MARINE CORPS BASE, OAHU, HAWAII. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Quoters shall include completed copies of FAR 52.212-3 and its ALT I, FAR 52.204-20, FAR 52.209-11 and FAR 52.222-48 with quotes. The quote must include pricing for ALL CLINs 0001 “ 4002, Base year and four option years, two CLINs each. The following FAR and DFARS provision and clauses are applicable to this procurement and shall be incorporated in the order. FAR provisions and clauses: 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7System for Award Management 52.204-13SAM Maintenance (July 2013) 52.204-16Commercial and Government Entity Code Reporting 52.204-19Incorporation by Reference of Representations and Certifications 52.209-2Prohibition on Contracting with Inverted Domestic Corporations ”Representation 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1Instructions to Offerors 52.212-3 Alt IOfferor Reps and Certs 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 52.219-4Notice of Price Evaluation Preference for HUBZone SB Concerns 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 52.222-36Equal Opportunity for Workers w/ Disabilities 52.222-50Combating 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 52.217-5Evaluation of Options 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract 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 52.232-18Availability of Funds 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 52.252-2Clauses Incorporated by Reference DFARS provisions and clauses: 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 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Disclosure of Information to Litigation Support Contractors 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 12:00 PM Hawaii Standard time on 20 March 2017. Contact Patricia Murakami, who can be reached at email patricia.murakami@navy.mil. Oral communications are not acceptable in response to this notice. All responsible and qualified sources may submit a quote which shall be considered by the agency. Award will be based on contractor responsibility and submittal of the lowest-priced, technically acceptable quote. 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417T4002/listing.html)
- Record
- SN04435756-W 20170317/170315234452-bcd65aa466d087c7a3f9f0a69c3edc16 (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 |