SOLICITATION NOTICE
N -- INSTALLATION OF TWELVE (12) SIMRAD RADAR SYSTEMS BY SIMRAD CERTIFIED INSTALLER
- Notice Date
- 3/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- N0060417Q4007
- Response Due
- 3/28/2017
- Archive Date
- 4/12/2017
- Point of Contact
- Robert Dunn 808-473-7964
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, and Part 13, using Simplified Acquisition Procedures as supplemented 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 N0060417Q4007. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (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 334511 and the Small Business Standard is 1250. The proposed contract is 100% set-aside for small business concerns. The Small Business Office concurs with the set-aside decision. A firm fixed price (FFP) purchase order is anticipated for this procurement. Award will be made to the offeror submitting the lowest priced, technically acceptable offer. Invoices will be paid via Wide Area Work Flow (WAWF). The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 “ INSTALLATION OF TWELVE (12) SIMRAD RADAR SYSTEMS BY SIMRAD CERTIFIED INSTALLER (SEE ATTACHMENT 1 FOR SCHEDULE AND ATTACHMENT 2 FOR LIST OF CUSTOMER SUPPLIED ITEMS). TO INCLUDE: ASSEMBLING-MANUFACTURING AND CONNECTING OF CABLING BETWEEN SIMRAD MFD UNITS, 4G RADOME ANTENNA, AND SHIP ™S EXISTING AIS UNIT. ASSEMBLING-MANUFACTURING AND CONNECTING OF CABLING TO INTERFACE PROVIDED SIMRAD SYSTEM WITH SHIP ™S EXISTING HEADING SENSOR THROUGH A FURUNO-AD100 CONVERTER. VALIDATE OPERATION, AND COMPLETE WARRANTY START DATE UPON COMPLETION OF INSTALLATION. CUSTOMER TO ACCOMPLISH ALL HARDWARE MOUNTING DETAILS IN THEIR PREFERED LOCATIONS ONBOARD AND FACILITATE THE SHIPS HEADING SENSOR INPUT SINGAL TO THE EXISTING FURUNO-AD100 CONVERTER. TECHNICAL POINT OF CONTACT WILL HAVE PIN-OUT REQUIREMENTS AVAILABLE. INSTALLATION SERVICES LOCATION IS PEARL HARBOR, HAWAII, 96860. PERIOD OF PERFORMANCE: 1 APRIL 2017 THROUGH 31 MARCH 2018 (SEE ATTACHMENT 1 FOR SCHEDULE). TYPICAL HOURS OF OPERATION ARE 0700 “ 1700 MONDAY THRU FRIDAY. CLIN 0002 TRAVEL EXPENSES TRAVEL EXPENSES SHALL BE IN ACCORDANCE WITH THE JOINT TRAVEL REGULATIONS (JTR) http://www.defensetravel.dod.mil/site/travelreg.cfm ALL OFFERORS SHOULD INCLUDE A COMPLETED COPY OF ATTACHMENT 3 (PROVISIONS) WITH THEIR QUOTE. ATTACHMENTS: ATTACHMENT 1 SCHEDULE ATTACHMENT 2 LIST OF CUSTOMER SUPPLIED ITEMS ATTACHMENT 3 PROVISIONS 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: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 CAGE Reporting 52.204-18 CAGE Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors 52.212-3 and its ALT I, Offeror Reps and Certs 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 52.219-28 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 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers w/Disabilities 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 Only: It is not a Wage Determination Employee Class MonetaryWage -- Fringe Benefits 23183 “ Electronics Technician Maintenance III $30.56 “ 32.85% 52.222-50 Combatting Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-SAM 52.222-51 Exemption from Application of SCLS to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference As prescribed in 52.107(a), insert the following provision: 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): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Provision) 52.252-2 Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) 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: 252.203-7000 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 252.204-7003 Control of Government Personnel Work Product 252.204-7004A 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 Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition no Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This announcement will close at 10:00AM Hawaii Standard Time (HST) on Tuesday, 3/28/2017. Contact Robert Dunn who can be reached at 808-473-7964 or email Robert.dunn@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote in accordance with the instructions of this solicitation, which will be considered by the Contracting Office. Questions regarding this procurement must be submitted by 1000 HST on Thursday, 3/23/2017. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. 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 technically acceptable and a determination of responsibility. 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/N0060417Q4007/listing.html)
- Record
- SN04441559-W 20170323/170321234303-4dfdbcd451c15dcd36848d7b15c22191 (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 |