Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

66 -- Chemical Analysis-Water Sediment

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-8105
 
Response Due
5/4/2017
 
Archive Date
6/3/2017
 
Point of Contact
Point of Contact - Joseph S Bancod, Contract Specialist, 619-553-0284; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(joseph.bancod@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. Proposals received by 4th May 2017, 08:00AM, Pacific Standard Time, will be considered by the Government. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N66001-17-T-8105 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 541380: Size: $15M. This requirement is a 100% Total small business set aside. All interested bidders shall submit quotations electronically by email to Joseph.Bancod.navy.mil or by facsimile at 619-553-9068, attention Name E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 4th May 2017, 08:00AM, Pacific Standard Time to be considered responsive. CLIN 0001: Description: Ex-Indy Chemical Analysis(See SOW Section 6.2) Period of Performance: 07th May 2017 to 30 September 2017 Place of Performance: The sediments samples will be collected at Naval Base Kitsap - Bremerton, the analyses will be performed at the Contractor's lab. The Government will ship the samples to the Contractor's lab. Please refer to Statement of Work (SOW) Section 6.2. Qty. 1 Price: $__________ CLIN 0002: Description: Report Preparation (See SOW Section 3.5) Period of Performance: 07th May 2017 to 30 September 2017 Qty. 1 Price: $__________ Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95 and DFARS 13th January 2017. This acquisition incorporates the following FAR clauses and Provisions: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To inform Employees of Whistleblower Rights; (April 2014) 52.204-7 System for Award Management (JUL 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management (JUL 2013) 52.204-16 Commerial and Government Entity Code Reporting;(Jul 2016) 52.204-21 Basic Safeguarding of covered Contractor Information Systems(Jun 2016) 52.204-18 Commercial and Government Entity Code Maintenance(Jul 2016) 52.212-1 Instruction to Offerors-Commercial Item (OCT 2015) 1. Vendors please read attached Statement of Work. 2. Questions and Answers please email on or before 3rd May 2017. Joseph.bancod@navy.mil. 3. Note: "Vendor must provide at time of submission of quote their authorized distributor information(POC, phone number) and/or any documentation supporting that the items are actually coming from that distributor, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award." Vendors: Make sure to reference the following information in the quote: a. DUN & Bradstreet number. b. Active CAGE Code. c. Business size/NAICS code d. Terms of Payment: Net 30 days e. Request delivery date: Availability of items after receipt of order ARO. f. RFQ Number: N66001-17-T-8105. g. Preferred method of shipping: FOB Destination. h. Point of contact information shipping info-lead time. 52.212-2 Evaluation-Commerical Items(OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used: 1. Lowest Price Technically Acceptable (LPTA). 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2016) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2016). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-06 Notice of Total Small Business Set-Aside(NOV 2011) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (FEB 2016) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors;(DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegatation;(APRIL 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials;(SEP 2011) 252.204-7000 Disclosure of Information;(AUG 2013) 252.204-7006 Billing Instructions;(OCT 2005) 252.204-7009 Limitation on the Use or Disclosure of Third-Party Contractor reported Cyber Incident Information;(DEC 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information;(DEC 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors;(MAY 2016) 252.211-7003 Item Unique Identification and Valuation(MAR 2016) 252.215-7007 Notice of Intent to Resolicit(JUN 2012) 252.215-7008 Only One Offer (OCT 2013) 252.223-7008 Prohibition of Hexavalent Chromium;(JUN 2013) 252.225-7000 Buy American Act Balance of Payments Program Certificate (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program (AUG 2016) 252.225-7002 Qualifying Country Sources As Subcontractors (AUG 2016) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Work Flow Payment Instructions;(MAY 2013) (END OF CLAUSES AND PROVISIONS). This RFQ closes 4th May 2017 at 8:00 am, Pacific Standard Time (PST. Please include RFQ N66001-17-T-8105 on all inquiries
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/089f8f17dcb8114fb5e83d37a4f4da05)
 
Record
SN04491369-W 20170503/170501234929-089f8f17dcb8114fb5e83d37a4f4da05 (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.