Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

D -- DATAMYNE ONLINE SUBSCRIPTION

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
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
N0060417Q4055
 
Response Due
7/24/2017
 
Archive Date
8/7/2017
 
Point of Contact
David Marshment 808-473-7502 David Marshment 808-473-7502
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the 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 N00604-17-Q-4055. This solicitation documents and incorporates provisions and clauses in effect through 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 519130 and the Small Business Standard is 1,000 employees. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the unrestricted decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN DESCRIPTION QTY UNIT POP 0001 Login Access 12 Months Subscription to the Database3 EA 13 AUG 17 to 12 AUG 18 0002 Additional: 4th Login 12 Months13 AUG 17 to 12 AUG 18 0003 Export updates for India/China 12 Months 13 AUG 17 to 12 AUG 18 0004Export updates for Philippines 12 Months13 AUG 17 to 12 AUG 18 0005Top 20 China report20 EA13 AUG 17 to 12 AUG 18 0006India Report w/ names by 4 digit h.s. codes20 EA13 AUG 17 to 12 AUG 18 Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based on the lowest priced technically acceptable responsible offer. 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 contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management (July 2013) 52.204-13 SAM Maintenance (July 2013) 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-11 Delinquent Taxes or Felony Conviction (Attachment 0002) 52.212-1 Instructions to Offerors 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-3, Alt 1 Offeror Reps and Certs (Attachment 0003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (April 2015) 52.222-36 Affirmative Action for Workers w/Disabilities (July 2014) 52.222-50 Combatting Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- SAM (July 2013) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 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 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 (Sept 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.239-7009 Representation of Use of Cloud Computing (Sept 2015) 252.239-7010 Cloud Computing Services (Aug 2015) 252.239-7017 Notice of Supply Chain Risk (Nov 2013) 252.239-7018 Supply Chain Risk (Nov 2013) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. The following attachments are applicable: Attachments: 0001 “ FAR 52.209-11 Provision 0002 “ FAR 52.212-3, with Alt 1 Provision 0003 “ Sole Source J and A Offerors are to include Attachment 0001 FAR 52.209-11, Attachment 0002 FAR 52.212-3 Alt 1 (if there are any changes) and 0003 Sole Source Letter, Attachment with their quote. **Failure to include these attachments as instructed may result in your offer being deemed unresponsive.** This announcement will close at 11:00AM HST on July 24, 2017. Contact David Marshment who can be reached at (808) 473-7502 or email: david.marshment@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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. Quotes over 10 pages in total will not be accepted by facsimile. 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/N0060417Q4055/listing.html)
 
Record
SN04587375-W 20170722/170720234338-8c2b90a7eb47be0ff69486a92ec3d3d4 (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.