Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

J -- OPTION - PREVENTATIVE MAINTENACE & CALIBRATION SERVICES TO VARIED BALANCES AND COMPARATORS

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
3985 Cummings Road, San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N0024418Q0075A
 
Response Due
3/14/2018
 
Archive Date
9/10/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0024418Q0075A and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-03-14 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/01/2018 - 09/30/2018 LI 001: BASE YEAR - PREVENTATIVE MAINTENACE AND CALIBRATION SERVICE OF VARIED BALANCES & COMPARATORS. ON-SITE BI-ANNUAL MAINTENANCE SERVICES ON PMB SYSTEMS SHALL CONSIST OF THE INSPECTION, TESTING AND PREVENTATIVE MAINTENANCE OF THE PMB SYSTEMS. SERVICES TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN., 1, GP; Option 1 Period of Performance: 10/01/2018 - 09/30/2019 LI 001: OPTION YEAR #1 - PREVENTATIVE MAINTENACE AND CALIBRATION SERVICE OF VARIED BALANCES & COMPARATORS. ON-SITE BI-ANNUAL MAINTENANCE SERVICES ON PMB SYSTEMS SHALL CONSIST OF THE INSPECTION, TESTING AND PREVENTATIVE MAINTENANCE OF THE PMB SYSTEMS. SERVICES TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN., 1, GP; Option 2 Period of Performance: 10/01/2019 - 09/30/2020 LI 001: OPTION YEAR #2 - PREVENTATIVE MAINTENACE AND CALIBRATION SERVICE OF VARIED BALANCES & COMPARATORS. ON-SITE BI-ANNUAL MAINTENANCE SERVICES ON PMB SYSTEMS SHALL CONSIST OF THE INSPECTION, TESTING AND PREVENTATIVE MAINTENANCE OF THE PMB SYSTEMS. SERVICES TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN., 1, GP; Option 3 Period of Performance: 10/01/2020 - 09/30/2021 LI 001: OPTION YEAR #3 - PREVENTATIVE MAINTENACE AND CALIBRATION SERVICE OF VARIED BALANCES & COMPARATORS. ON-SITE BI-ANNUAL MAINTENANCE SERVICES ON PMB SYSTEMS SHALL CONSIST OF THE INSPECTION, TESTING AND PREVENTATIVE MAINTENANCE OF THE PMB SYSTEMS. SERVICES TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN., 1, GP; Option 4 Period of Performance: 10/01/2021 - 09/30/2022 LI 001: OPTION YEAR #4 - PREVENTATIVE MAINTENACE AND CALIBRATION SERVICE OF VARIED BALANCES & COMPARATORS. ON-SITE BI-ANNUAL MAINTENANCE SERVICES ON PMB SYSTEMS SHALL CONSIST OF THE INSPECTION, TESTING AND PREVENTATIVE MAINTENANCE OF THE PMB SYSTEMS. SERVICES TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN., 1, GP; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334513 and the Small Business Standard is 500. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management (Oct 2016) Instructions to Offerors -- Commercial Items (Jan 2017) NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. 52.204-10 Reporting Subcontract Awards. 52.212-2 Evaluation - Commercial Items. (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: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii)price; Technical and past performance, when combined, are more important than price. (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. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. Payment by Electronic Funds Transfer - System for Award Management Applicable Law for Breach of Contract claim Certificate of Conformance FOB Destination (Nov 1991) Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference This RFP/solicitation and contemplated contract incorporate one or more clauses by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this/these addresses: http://farsite.hill.af.mil and/or http://farsite.hill.af.mil/vfdfara.htm 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 Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Buy American Act & Balance of Payments (Oct 2011) The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. Enterprise-wide Contractor Manpower Reporting Application (ECMRA) CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Preventative maintenance and Calibration services of varied balances and comparators via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Contract Terms and Conditions -- Commercial Items (Jan 2017) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. (a) The Government may extend the term of this contract by written notice to the Contractor within 0 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0075A/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04851519-W 20180314/180312231559-d7565c91338fb12ca37b44e9d4c6a457 (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.