Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

N -- Purchase and Installation of fifty-five (55) Lenel Card Readers and Forty-five (45) KBP Bronze Acrylic Plates.

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018917Q0400
 
Response Due
9/26/2017
 
Archive Date
10/25/2017
 
Point of Contact
Belinda Griffin 757 443 1458
 
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 the test program for commercial items found at FAR 13.5, 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 _N00189-17-Q-0280. 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 _561621_ and the Small Business Standard is $20,500,000.00. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision. The _NAVSUP FLEET LOGISTICS Center Norfolk VA requests responses from qualified sources capable of providing: Material and labor for the replacement LENEL card readers and installation of the new card readers do to the current LENEL card readers are at end of life and require replacement. Installation of fifty-five (55) Lenel Card Readers and forty-five (45) KBP Bronze Acrylic Plates. Delivery is 90 days after receipt of order. Delivery Location is in various buildings per the Statement of Work. Attn: Jeff Jackson, Code 00SD, 1968 Gilbert Street, Norfolk, VA 23511-3392. Responsibility and Inspection: The Government will inspect and accept the equipment. Please refer to the following attachments: I.Statement of Work The following FAR clauses and provisions are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements or Statements. Representation (Jan 2017) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements/Jan 2017) 52.204-7 System for Award Management (Oct 2016) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 Cage Maintenance (July 2016) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractor ™s debarred, Suspended, or Proposed for Debarment 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Federal Conviction Under Any Federal Law 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. 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 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 (Sept 2016) 52.222-36 Equal Opportunity for Workers w/Disabilities (July 2014) 52.222-50 Combating 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) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates ¦(May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.211-7008 Use of Government Serial Numbers 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American Act and Balance of Payments Program (Aug 2016) 252.225-7002 Qualifying Country Sources as Subcontractors (Aug 2016) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea This announcement will close at 1600 Eastern Standard Time on Thursday Sept 21, 2017. Contact Belinda Griffin who can be reached at 757-443-1458 or email Belinda.griffin@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. When evaluation factors are used include: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This procurement will utilize Lowest Priced Technically Acceptable (LPTA) evaluation procedures. State delivery terms. 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 Destination, a point of contact, name and phone number, cage code, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. FACSIMILE PROPOSALS (OCT 1997) (a)Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 757 443 1402. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document - (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision) ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917Q0400/listing.html)
 
Place of Performance
Address: Code 00SD, 1968 Gilbert Street, Norfolk, Virginia
Zip Code: 23511
 
Record
SN04685702-W 20170922/170920231505-6e3a7865c30991af7f5a84d66a2dc746 (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.