Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

19 -- Watercraft Bottom Painting and Sponson Replacement - Life Cycle Maintenance and Boat Alteration

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
PANROC-17-P-0000-051354
 
Archive Date
5/18/2017
 
Point of Contact
Jason Punkiewicz, Phone: 3092822176, Kaitlin Hermiston Rasdon, Phone: 309-782-8220
 
E-Mail Address
jason.p.punkiewicz.civ@mail.mil, kaitlin.h.rasdon.civ@mail.mil
(jason.p.punkiewicz.civ@mail.mil, kaitlin.h.rasdon.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LIFE CYCLE MAINTENANCE AND BOAT ALTERATION AM 1100 SERIES WATERCRAFT Pricing Matrix for Life Cycle Maintenance and Boat Alteration Solicitation Number: PANROC-17-P-0000-051354 Notice Type: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Purchasing Agency: Army Contracting Command - Rock Island (ACC-RI) This Request for Quote (RFQ) is issued using Simplified Acquisition Procedures IAW FAR Part 13. This RFQ is issued as 100% Small Business Set-Aside. ACC-RI is seeking quotes for the Security Watercraft Bottom Painting and Sponson Replacement as specified in Attachment 0001 - Statement of Work (SOW). The NAICS code for this requirement is 336611, Ship Building and Repairing. This requirement is "ALL OR NONE", meaning if your company gets selected for this award, your company must be able to fill this request in full. Award will be made to the responsible offeror with the lowest price technically acceptable. It is the Government's intent to award one single Firm-Fixed Price Purchase Order. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Failure to comply with SAM registration may deem an offeror ineligible for the award. The Place of Performance will be at the Contractor's facility within 25 miles of The Military Ocean Terminal Sunny Point (MOTSU), Southport, NC. Vessels will be delivered to and picked up at the Contractor facility by GOVERNMENT personnel. Upon pickup of the first vessel, the second vessel will be delivered, and so forth until each vessel is returned to the Government, unless otherwise agreed to by the Contractor and Contracting Officer/COR. If Contractor facility exceeds a 25 miles radius of MOTSU, the contractor shall arrange and provide transport. Upon contract work completion at contractor facility, the contractor shall coordinate with COR for delivery and subsequent transport of next boat, if required. Inspection shall be upon contractor's completion of services for each boat. The contractor shall contact the COR and conduct a joint inspection of the boat at the contractor's location prior to GOVERNMENT acceptance and transport back to MOTSU. Invoicing instructions shall be provided at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:  52.204-7, System for Award Management  52.204-16, Commercial and Government Entity Code Reporting  52.204-18, Commercial and Government Entity Code Maintenance  52.204-21, Basic Safeguarding of Covered Contractor Information Systems  52.209-7, Information Regarding Responsibility Matters  52.209-12, Certification Regarding Tax Matters  52.212-1, Instructions to Offerors - Commercial Items  52.212-2, Evaluation - Commercial Items  52.212-3, 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  52-222-1, Notice to the Government of Labor Disputes  52.222-3, Convict Labor  52.222-4, Contract Work Hours and Safety Standards-Overtime Compensation  52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products  52.222-19, Child Labor - Cooperation with Authorities and Remedies  52.222-20, Contracts for materials, Supplies, Articles, and Equipment exceeding $15,000.  52.222-21, Prohibition of Segregated Facilities  52.222-22, Previous Contracts and Compliance Reports  52.222-24, Pre-award On-Site Equal Opportunity Compliance Evaluation  52.222-25, Affirmative Action Compliance  52.222-26, Equal Opportunity  52.222-35, Equal Opportunity Veterans  52.222-36, Affirmative Action for Workers With Disabilities  52.222-50, Combating Trafficking in Persons  52.222-56, Certification regarding Trafficking in Persons Compliance Plan  52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving  52.224-2, Privacy Act  52.225-1, Buy American - Supplies  52.225-13, Restriction on Certain Foreign Purchases  52.232-33, Payment by Electronic Funds Transfer - System for Award Management  52.232-39, Unenforceability of Unauthorized Obligations  52.333-3, Protest After Award  52.333-4, Applicable Law for Breach of Contract Claim  52.247-34, FOB Destination  52.252-1, Solicitation Provisions Incorporated by Reference  52.252-2, Clauses Incorporated by Reference  252.203-7000, Requirements Relating to Compensation of Former DoD Officials  252.203-7002, Requirement to Inform Employees of Whistleblower Rights  252.204-7004, Alternate A, System for Award Management  252.225-7001, Buy American and Balance of Payment Program Offerors proposals and questions shall be submitted electronically via e-mail to Mr. Jason Punkiewicz at jason.p.punkiewicz.civ@mail.mil, or Ms. Kaitlin H. Rasdon at Kaitlin.h.rasdon.civ@mail.mil, by 11:00 AM Central Time, 3 May 2017. Self-extracting.exe and.zip files, websites requiring download or entry of password(s) are not permitted and will not be reviewed or evaluated by the Government. Files shall be in Microsoft Office (Word and/or Excel) or PDF format only. Maximum size is 5MB. All computer files shall be virus checked prior to submission. Quoters may be held financially liable for damage caused to Government computer systems by any virus introduced during review of these submitted documents. Attachments: Attachment 0001: Statement of Work (SOW) Attachment 0002: Pricing
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ab4427db56165e0d0b49974a7529190)
 
Place of Performance
Address: 596th Transportation Brigade, Military Ocean Terminal, Sunny Point, Southport, North Carolina, 28461-7800, United States
Zip Code: 28461-7800
 
Record
SN04485545-W 20170428/170426234645-4ab4427db56165e0d0b49974a7529190 (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  © 1994-2020, Loren Data Corp.