Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

69 -- Wall Panels

Notice Date
5/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92244-17-T-0110
 
Archive Date
6/15/2017
 
Point of Contact
Josephine Ocampo, Phone: 757-862-9470
 
E-Mail Address
josephine.ocampo@vb.socom.mil
(josephine.ocampo@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-17-T-0110 and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being excluded from competition and not evaluated any further. Vendors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017 and DFARS Change Notice 20161222. Participating vendors must be registered at www.sam.gov, as small businesses under the NAICS code listed above or provide self-certification with their quote. The Naval Special Warfare has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 4' x 8' x @3" textured stucco over Styrofoam panels - See Section C for Specifications Qty - 200 ea. CLIN 0002 2' x 8' x @3" textured stucco over Styrofoam panels - See Section C for Specifications Qty - 100 ea. CLIN 0003 Shipping and Handling Qty - 1 ea. FOB DESTINATION Section C Specifications/Requirements The Contractor shall provide the following: • The contractor shall deliver two-hundred (200) four-foot by eight-foot by approximately three-inch (4'x8'x@3") textured stucco over Styrofoam panels. • The contractor shall deliver one-hundred (100) two-foot by eight-foot by approximately three-inch (2'x8'x@3") textured stucco over Styrofoam panels. • The panel must be compatible with existing training aids to maximize interchanging panel configurations. • The exterior finish of the panel shall have the appearance of at a minimum aged adobe block, red brick, or mud and be resistant to rain, fading from sunlight, and able to withstand temperature variation from 15 degrees to 105 degrees Fahrenheit. The Finish shall be capable of being repaired and modified on-site by government personnel. The finish shall have a flat sheen. All textures will be chosen by the Government post-award. • Training aids shall have the capability to support personnel scaling the sides without sustaining damage. • Panel shall be capable of being easily carried by two (2) personnel, stacked, and relocated with a rough terrain forklift or 1/2 ton pickup truck with a trailer on roads as narrow as seven (7) feet wide. • Prefab plywood, lumber, aluminum/steel and/or printed/non-textured solutions are not acceptable. Only light-weight, non-biodegradable and load bearing structural material like Styrofoam can be used. In addition, the structural material shall be covered in a stucco-like material that is hardened, textured and painted/color-fast. The coating must be 100% acrylic, integrate color, crack and moisture resistant, and vapor permeable; preferred coatings products are Omega Products International, Inc. OmegaFlex® Finish with EXPO Exterior Color Coat Stucco. Following Clauses and Provisions apply to this procurement: FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Jan 2017 INSTRUCTIONS TO VENDORS Interested vendors may send quotations by 2 PM EST, 31 May 2017; and are to be submitted via one of the following methods: Electronic Mail (E-Mail): josephine.ocampo@vb.socom.mil FAX: 757-862-9478 (Attn: Josephine Ocampo) All questions concerning this procurement, either technical or contractual must be submitted in writing to Jo Ocampo, Contract Specialist: josephine.ocampo@vb.socom.mil by 10:00 a.m. (EST) on 15 March 2017 to allow adequate time to prepare a response. No direct discussion between the technical representative and a prospective quoter shall be conducted. FAR 52.212-2 Evaluation - Commercial 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 factors shall be used to evaluate offers: Technical ability to meet specifications, past performance and price (i) Technical - Offeror shall provide necessary information to demonstrate it meets the requirements of this solicitation. Offeror shall include with their quote documentation which states compliance with the specifications (e.g. pictures, brochures....) (ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will evaluated to assess reasonableness and completeness of the Offeror's cost/price quote. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2017 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 52.252-2 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): www.farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acqnet.gov/far FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, they are to indicate that in the quote, there is no need to complete these provisions again for this solicitation. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Control Oct 2016 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations Jun 2015 DFARS 252.225-7000 Buy American -Balance of Payments Program Certificate Nov 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2016 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2016 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea Basic (Apr 2014) Apr 2014 DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-Oo0005 Revised May 28, 2014 (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. The following SOFARS provision and clauses apply to this acquisition SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Josephine Ocampo, telephone (757) 862-9470. SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches 2013 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.233-9000 Independent Review for Agency Protests Jan 2013 All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92244-17-T-0110/listing.html)
 
Record
SN04515556-W 20170521/170519234642-cb2e08bbf8ae60c48eedf3ddc95ee78d (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.