SOLICITATION NOTICE
N -- Systems Furniture Installation Services - Sole Source - Attachments
- Notice Date
- 8/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-1091
- Archive Date
- 9/16/2017
- Point of Contact
- Kristina E. Michael, Phone: 4018325218
- E-Mail Address
-
kristina.michael@navy.mil
(kristina.michael@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment #6 Section L and Section M Attachment #5 Clause UW H-2-0004 Attachment #4 Job Listing and Pricing Table Attachment #3 Incidental Government Furnished Property Attachment #2 Contract Data Requirements Lists Attachment #1 Statement of Work This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of the synopsis and solicitation to the Internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This combined synopsis and solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-17-Q-1091. The North American Industry Classification System (NAICS) Code for this acquisition is 484210. The Small Business Size Standard is $27.5M. NUWCDIVNPT intends to award a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract on a sole source basis to T. F. Keefe, Co. under the Small Business Administration (SBA) Women-Owned Small Business (WOSB) Program, as concurred with by the Naval Undersea Warfare Center Division Newport, RI (NUWCDIVNPT) Office of Small Business Programs (OSBP). This requirement constitutes a sole source award in accordance with the procedures listed at FAR 19.1506 "Women-Owned Small Business Program Sole Source Awards" and under the authority of 15 U.S.C. 637(m)(8) "Authority for sole source contracts for small business concerns owned and controlled by women in substantially underrepresented industries". This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order 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 among WOSBs in the future. NUWCDIVNPT requires technical services, personnel, tools, moving equipment, minor moving supplies, and vehicles to install, remove, reconfigure, and relocate Systems Furniture in the buildings on the NUWCDIVNPT campus in Newport, RI and maintain the inventory management of Government-owned Systems Furniture stored at Naval Station Newport (NAVSTANPT) in accordance with Attachment #1 "Statement of Work" (SOW), Attachment #2 "Contract Data Requirements Lists" (CDRLs), and Attachment #3 "Incidental Government Furnished Property" (GFP) list. The purchase order will include five (5), twelve (12) month ordering periods. Please see Attachment #4 "Job Listing and Pricing Table". F.O.B Destination, Newport, RI 02841 with base access required. See Attachment #5 "Clause UW H-2-0004" for more details. Offers shall be submitted in accordance with Attachment #6 "Section L and Section M". Offerors shall include the following additional information with submissions: Offeror CAGE code, and Offeror DUNS number, and shall include a validity date of no less than 90 days from due date for quotes. Offerors shall also provide the required documents in accordance with FAR 19.1503(c)(2) to the WOSB Program Repository, located at www.sba.gov, prior to submission of quotes. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 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, and 52.216-22, Indefinite Quantity, with a minimum guarantee of $2,500.00 apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This requirement does not include EIT, or is exempt from Section 508 requirements. The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided below (identified to the current Revision available as of the issue date of this solicitation): WAGE DETERMINATION #: 15-4089 (Rev.-4); AREA: RI (Statewide) The above Wage Determinations (WD) can be accessed from the following website: http://www.wdol.gov/. Choose "Selecting WDs" from the menu. After choosing the appropriate area, answer the "prompts" as follows (these answers are applicable to this solicitation): 1. Were these services previously performed at this locality under an SCA-Covered contract? -Yes 2. Are any of the employees performing work subject to a CBA? - No 3. Are the contract services to be performed listed below as Non-Standard Services? - No 4. Were these services previously performed under a SCA wage determination that ends in an even number? - No Payment will be made by Government Credit Card. The offeror must be self-certified as a WOSB in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website provided. Offers shall be submitted via electronic submission to Kristina Michael at kristina.michael@navy.mil. Offers must be received by 2:00 p.m. (EST) on 1 September 2017. Offers received after this date and time will not be considered for award. For more information on this acquisition, contact Kristina Michael at kristina.michael@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-1091/listing.html)
- Record
- SN04641429-W 20170824/170822232911-62795e10b0f405d9566b9652378585d4 (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 |