Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

W -- SELF-PROPELLED MODULAR TRANSPORTER (SPMT) LEASE WITH OPERATOR - J5 CDRLS AND DIDS - FAR COMMERCIAL CLAUSES - SECTIONS L&M - J2 NARRATIVE FORM - J1 STATEMENT OF WORK - J3 ACCESS REQUIREMENTS - J4 PRICE COST BREAKDOWN

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18R0823
 
Archive Date
4/12/2018
 
Point of Contact
Miguel D. Mirano, Phone: (360) 476-4091, Gary Whitehead, Phone: (360) 627-4362
 
E-Mail Address
david.mirano@navy.mil, Gary.Whitehead@navy.mil
(david.mirano@navy.mil, Gary.Whitehead@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT J4 - PRICE COST BREAKDOWN ATTACHMENT J3 - BASE ACCESS REQUIREMENTS ATTACHMENT J1 - STATEMENT OF WORK (SOW) ATTACHMENT J2 - PAST EFFORTS NARRATIVE FORM SECTIONS L&M FAR COMMERCIAL CLAUSE 52.212-5 FAR COMMERCIAL CLAUSE 52.212-4 FAR COMMERCIAL CLAUSE 52.212-3 DATA ITEM DESCRIPTION (DID) A004 DATA ITEM DESCRIPTION (DID) A003 DATA ITEM DESCRIPTION (DID) A002 DATA ITEM DESCRIPTION (DID) A001 CONTRACT DATA REQUIREMENTS LISTS (CDRLS) This is a 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; proposals are being requested and a written solicitation will not be issued. Solicitation N4523A18R0823 is issued as a request for proposal (RFP) under FULL AND OPEN competition. See Sections L&M (attached) for submission instructions and evaluation factors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. CLINS 0001 Lease of One Self-propelled Modular Transporter with Operator/Crew as per Attachment J1, Statement of Work FIRM FIXED PRICE QUANTITY: 1 UNIT OF ISSUE: EA FOB: Destination 0002 DATA Not Separately Priced (NSP) FOB: Destination The provision at 52.212-1, Instructions to Offerors -- Commercial Items, JAN 2017, See Section L&M. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, NOV 2017 should be completed and provided with offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, JAN 2017 applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, NOV 2017 applies to this acquisition and its full text form is available in the attachments section of this solicitation. Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-7 System for Ward Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52-204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commericial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations NOV 2015 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law FEB 2016 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.228-5 Insurance - Work on a Government Installation (Jan 1997) 52.232-23 Assignment Of Claims MAY 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-2 Service of Protest SEP 2006 52.245-1 Government Property JAN 2017 52.245-9 USE AND CHARGES APR 2012 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses incorporated by reference FEB 1998 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7012 Preference For Certain Domestic Commodities DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Work Flow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.245-7004 Reporting, Reutilization, and Disposal DEC 2017 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 CLAUSES INCORPORATED BY FULL TEXT 52.204-2 SECURITY REQUIREMENTS (AUG 1996) (a) This clause applies to the extent that this contract involves access to information classified "Confidential," "Secret," or "Top Secret." (b) The Contractor shall comply with (1) the Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); and (2) any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 within 30 days of the end of the period of performance. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the end of the period of performance ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days 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 six (6) months. (End of clause) HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (a) As part of the negotiated fixed price or total estimated amount of this contact, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered. (End of clause) HQ C-2-0034 MINIMUM INSURANCE REQUIREMENTS (NAVSEA) (SEP 1990) In accordance with the clause of this contract entitled "INSURANCE--WORK ON A GOVERNMENT INSTALLATION" (FAR 52.228-5), the Contractor shall procure and maintain insurance, of at least the kinds and minimum amounts set forth below: (a) Workers' Compensation and Employer's Liability coverage shall be at least $100,000, except as provided in FAR 28.307(a). (b) Bodily injury liability insurance coverage shall be written on the comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile Liability policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of Text) Additionally, each offeror must provide the following information with the proposal: 1. The Request for Proposal (RFP) number; 2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFP. Proposals that reject the terms and conditions of the RFP may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments, if any, and; 5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 6. Address technical capability in meeting the requirement per the Statement of Work. 7. Attachments include: J1 - Statement of Work J2 - Past Efforts Narrative Form J3 - Base Access Requirements J4 - Price Cost Breakdown J5 - Contract Data Requirements Lists (CDRL) and Data Item Descriptions (DID) Sections L&M 8. See attachments for additional information requirements. 9. IMPORTANT: As per above, late proposals will NOT be considered in the competitive pool of proposals. Furthermore, because proposals are to be sent electronically, it is strongly recommended that they be submitted 24 hours prior to due date and time, or earlier, in support of timely submission. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via electronic means (e-mail) as per requirements and due date set forth in Section L of this RFP; any award resulting from this RFP will be made based on a lowest price technically acceptable basis. Proposals must be submitted electronically via e-mail to: david.mirano@navy.mil and gary.whitehead@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R0823/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bremerton, Washington, 98282-2026, United States
Zip Code: 98282-2026
 
Record
SN04854002-W 20180316/180314231148-84e2468fed780d25cb1b152ddcc66adf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.