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

S -- Catering Services in support of Fleet Week Port Everglades, FL 2017.

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883617R0024
 
Response Due
5/1/2017
 
Archive Date
5/1/2017
 
Point of Contact
Odajie Rickerby (904) 270-5699 Odajie Rickerby
 
E-Mail Address
.rickerby@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitations will not be issued. This will be awarded on all or none basis. Solicitation number N6883617R0024 is issued as a Request for Quotation (RFQ) 100% Set-aside for Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The simplified acquisition procedures of FAR Part 13 are applicable to this procurement. NAICS Code: 722320 Federal Supply Code: S203 This requirement is Catering Services in support of Fleet Week Port Everglades, FL 2017. You must meet all requirements listed, be able to provide past award information, and performance information. DELIVERABLES Food and Preparation based on a minimum of and up to 375 guests Fresh Seasonal Fruit 375 guests Beverages: Client to provide all beverages Coolers of ice (Included) Podium and Microphone 1, EA. Palm Trees in Baskets 8, EA. Ice Sculpture 1, EA. Service staff: 2 chefs, 8 servers. INCLUDED: Buffet and beverage tables with linens, trash bins, quality disposable plates, utensils, napkins and cups. RENTALS ONLY 40 x100 top frame tent, no lighting, no sidewalls, install on deck, tie down use straps onto deck cleats, 1 EA. ADDED SIDE WALLS ONTO THE TENT 1, EA. ADDED LIGHTING TO TENT 1, EA. 12 x 16 x 24 stage with steps and cover 1, EA. White padded chairs 300, EA. 36 High-top tables with linens 20, EA. Delivery/setup/pickup 1, EA. Period Of Performance: 05 May 2017. The Period Of Performance will not be changed and bidding will not be extended beyond the closing date. Delivery Point: Port Everglades, FL. Interested vendors must submit offers no later than 01 May 2017 in order to be considered. The provisions at FAR 52.212-1, Instructions of Offerors , applies to this acquisition with the addendum that offerors are required to submit warranty information and parts availability with offer; the clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition along with those that are applicable inside this clause such as 52.219-6, Notice of Total Small Business Set-Aside; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36; Payment by Third Party; DFAR 252.204-7004 Required Central Contractor Registration ; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions apply: 52.204-7 System for Award Management. 52.204-9 Personal Identity Verification of Contractor personnel. 52.204-13 SAM Maintenance. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUL 2016) ALTERNATE I (OCT 2014) 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. 52.204-10 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. 52.219-6 Notice of Total Small Business Set-Aside. 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (OCT 2015) 52.222-26 Equal Opportunity. 52.222-36 Affirmative Action for Workers with Disabilities. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18- Availability Of Funds. 52.232-33 Payment by Electronic Funds Transfer System for Award Management. 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. 52.247-34 F.O.B. Destination. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 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 (Dec 2015) 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 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW FISCAL YEAR 2014 APPROPRIATIONS. 252.223-7001 HAZARD WARNING LABELS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of toxic or hazardous materials. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7001 Buy American And Balance Of Payments Program Basic (Aug 2016) 252.225-7002 Qualifying country sources as subcontractors. 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area Workflow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.243-7001 Pricing Of Contract Modifications (DEC 1991). 252.244-7000 Subcontracts for Commercial Items. 252.247-7023 Transportation of Supplies by Sea. 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information. Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 DoD Implementation of Homeland Security Presidential Directive 12 (HSPD-12) dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. APPLICABILITY This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below. ACCESS TO FEDERAL FACILITIES Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command s Security Manager upon arrival to the Navy Command and shall out-process prior to their departure at the completion of the individual s performance under the contract. ACCESS TO DOD IT SYSTEMS In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity s Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee s duties, such employees shall in-process with the Navy Command s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the supervisor . The SAAR-N shall be forwarded to the Navy Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date may result in delaying the individual s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. INTERIM ACCESS The Navy Commands Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform. DENIAL OR TERMINATION OF ACCESS The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release. CONTRACTOR S SECURITY REPRESENTATIVE The contractor shall designate an employee to serve as the Contractor s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor s Security Representative. The Contractor s Security Representative shall be the primary point of contact on any security matter. The Contractor s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Navy recognizes contractor employees under this contract as Non-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The NACLC consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete: SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Navy Command s Security Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Navy Command Security Manager. The Navy Command s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy may render the contractor employee ineligible for the assignment. An unfavorable determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Navy Command s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor s Security Representative. Although the contractor will take JPAS Owning role over the contractor employee, the Navy Command will take JPAS Servicing role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee s performance under the contract. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBI fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor s Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM Failure to provide the required documentation at least 30 days prior to the individual s start date may result in delaying the individual s start date. * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States. NMCARS 5237.102(90) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the services via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. AVAILABILITY OF FUNDS Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Government s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at https://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn. Quotes are due no later than 1000 a.m. Eastern Standard Time on 01 May 2017. Quotes may be emailed to odajie.rickerby@navy.mil or faxed to 904-270-6498 attention to Odajie Rickerby. For questions regarding this requisition, contact Odajie Rickerby at 904-270-5699 Ext 156. Mailing address: NAVSUP FLC Mayport Detachment, BLDG 191 Supply St. Naval Station Mayport, FL 32228.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883617R0024/listing.html)
 
Place of Performance
Address: Supply Officer
Zip Code: USS NEW YORK (LPD 21)
 
Record
SN04486328-W 20170428/170426235327-0af57fa435699b064fb74386521043c3 (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.