SOLICITATION NOTICE
J -- J070 - Maintenance and Repair of Automatic Data Processing Equipment, Software, Supplies and Support Equipment
- Notice Date
- 8/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- 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
- N0060417Q4084
- Response Due
- 9/5/2017
- Archive Date
- 8/20/2017
- Point of Contact
- JIMMIE TOLOUMU 808-473-7906
- 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 for commercial items, 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-4084. 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 541512 and the Small Business Standard is $27.5M. 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)(1). 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 set-aside decision. The Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing all of the following: CLIN 0001: Labor described in the attached Statement of Work. Unit of Issue is 1 GROUP. CLIN 0002: Incidental Equipment required for move and Smart NeXt setup. See attached Equipment List. Unit of Issue is 1 GROUP. This is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are provided on the equipment list. CLIN 0003: Travel “ All travel requires Government approval and notification from the Technical Point of Contact. The Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. Not to exceed $4963.00. The following attachments apply: ATTACHMENT 1: Statement of Work ATTACHMENT 2: Equipment List ATTACHMENT 3: FAR Provision 52.209-11 ATTACHMENT 4: FAR Provision 52.212-3 with Alt I ATTACHMENT 5: Wage Determination 15-5689 (Rev. -3) Period of performance is from Date of Award to 30 Nov 2017; Delivery Location is HQ USPACOM/J64RM, Bldg 700 Elrod Road, Camp H.M. Smith, Hawaii 96861. 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 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 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 including: 52.204-10-Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6- Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28-Post Award Small Business Program Rep 52.222-3- Convict Labor 52.222-50- Combating Trafficking Persons 52.222-21- Prohibition of Segregated Facilities 52.222-26- Equal Opportunity 52.222-36- Equal Opportunity for Workers w/Disabilities 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13- Restrictions on Certain Foreign Purchases 52.232-33- Payment by Electronic Funds Transfer 52.222-41- Service Contract Labor Standards 52.222-42-Statement of Equivalent Rates 52.222-55- Minimum Wages Under Executive Order 13658 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40- Providing Accelerated Payments to Small Business Subcontractors 52.233-3- Protest after Award 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) 52.222-42STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Information Technology Management (2210 Series) GS-12 Step 1 $30.15 32.85% Additional contract terms and conditions applicable to this solicitation are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea A complete quote in response to this solicitation must include the completion of FAR 52.212-3 and its ALT I (Attachment 4), and FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Attachment 3). Failure to submit Attachments 2, and 3 may result in your quote being deemed unresponsive. Award will be on the Low Price Technically Acceptable (LPTA) offer: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of the lowest priced technically acceptable offer and a determination of responsibility. The Contracting Officer will rank offerors from lowest to highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made without further evaluating the technical quotes of the other offers. The award will be made to the lowest priced, technically acceptable offer. An award shall be made to the responsible offeror submitting a technically acceptable quote, per the attached PWS. To be considered for evaluation, offerors must quote on all items/services listed in the solicitation and PWS and take no exception. This announcement will close at 0800 HST on Tuesday, 05 September 2017. For any questions, please contact Mr. Jimmie Toloumu via email at jimmie.toloumu@navy.mil. 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/. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Please submit questions no later than Friday, 01 September 2017 at 1100 HST. Questions received after this deadline will not be considered. All quotes shall include price(s), 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. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4084/listing.html)
- Record
- SN04655631-W 20170902/170831232419-4c879f83d756f18551a1525964068ee1 (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 |