Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

J -- ROOF REPAIRS

Notice Date
4/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883618Q0157
 
Response Due
4/18/2018
 
Archive Date
4/18/2018
 
Point of Contact
Odajie Rickerby (904) 270-5699 Odajie Rickerby
 
E-Mail Address
.rickerby@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
N6883618Q0157- ROOF REPAIRS This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures FAR 13 and Acquisition of Commercial items FAR 12. 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 http://www.fbo.gov/) and NECO (https://www.neco.navy.mil/). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94, 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/change_notices.html. This acquisition will result in a Firm-Fixed Price contract under NAICS code 238160 and the Small Business Standard is $15.0M. Federal Supply Code: J054. This acquisition is 100% set aside for small business concerns. NAVSUP Fleet Logistics Center, Jacksonville Mayport Det. Contracting requests responses from qualified sources capable of providing: SCHEDULE OF SUPPLIES/SERVICES TO BE ACQUIRED: CLINDescriptionQty Unit Of IssueUnit PriceTOTAL PRICE 0001Roof repairs in accordance Statement Of Work.1GP This announcement will close on 18 April 2018 at 10:00 Eastern Standard Time. Responses may be submitted to Odajie Rickerby who can be reached at 904-270-5942 Ext. 156 or email odajie.rickerby@navy.mil. Site Visit: A site Visit is not mandatory, but if a site visit is needed they will be conducted on 17 April 2018 between the hours of 8:00 A.M. 3:00 P.M. EST. The proposed contract is 100% set aside for small business concerns. 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 point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. STATEMENT OF WORK 1.0INTRODUCTION Quoted services and materials are for the roof repairs on NOSC Tampa Boat Depot office building. The work on the office building will consist of: Inspect and clean existing deck of any loose debris. Dispose of all debris in proper land-fill. Install 1 ISO insulation board on top of existing deck. Install Tapered ISO system for added R-value and positive drainage. Install GAF 60Mil Rhino Bond TPO Membrane. Install new.032 aluminum Eaves drip on entire perimeter. 2.0SCOPE The contractor shall provide all labor, supervision, personnel, equipment, tools, materials, transportation, other items and services necessary to perform repairs of government owned equipment. 3.0PERIOD OF PERFORMANCE 18 April 2018- 18 May 2018 4.0HOURS OF OPERATION 0730-1630 5.0 PLACE OF PERFORMANCE NOSC Tampa Boat Depot 5201 W Tyson Ave, Tampa, FL 33611 6.0 SECURITY CLEARANCE Work under this task order is unclassified. The contractor shall comply with all applicable DOD security regulations and procedures during the performance of this task order. Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data, and government personnel work products, which are obtained or generated in the performance of this task order. The Trustworthiness clause is applicable to this Period Of Performance: 21 April 2018 21 May 2018. The following clauses and provisions apply: 52.204-7 System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 SAM Maintenance. 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUL 2016) ALTERNATE I (OCT 2014) 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. 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 Equal Opportunity for Workers with Disabilities. 52.222-41- Service Contract Labor Standards. 52.222-42 - Statement of Equivalent Rates for Federal Hires. 52.222-50 - Combating Trafficking in Persons. 52.222-55 -- Minimum Wages Under Executive Order 13658. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18- Availability Of Funds. 52.232-33 Payment by Electronic Funds Transfer System for Award Management. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-3 -- Protest After Award. 52.237-2- Protection of Government Buildings, Equipment, and Vegetation. 52.247-34 F.O.B. Destination. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. 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 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 Alternate A. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 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 252.225-7002 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. 252.243-7001 Pricing Of Contract Modifications (DEC 1991). 252.244-7000 Subcontracts for Commercial Items. 252.247-7023 Transportation of Supplies by Sea. A204-9400(1-17) Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (Jan 2017) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 DoD Implementation of Homeland Security Presidential Directive 12 (HSPD-12) dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. APPLICABILITY This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below. ACCESS TO FEDERAL FACILITIES Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command s Security Manager upon arrival to the Command and shall out-process prior to their departure at the completion of the individual s performance under the contract. ACCESS TO DOD IT SYSTEMS In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity s Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) or T5 or T5R equivalent investigation, which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, an investigation suitable for High Risk national security positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee s duties, such employees shall in-process with the Navy Command s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the supervisor. The SAAR-N shall be forwarded to the Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date may result in delaying the individual s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. INTERIM ACCESS The Commands Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform. DENIAL OR TERMINATION OF ACCESS The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release. CONTRACTOR S SECURITY REPRESENTATIVE The contractor shall designate an employee to serve as the Contractor s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor s Security Representative. The Contractor s Security Representative shall be the primary point of contact on any security matter. The Contractor s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Contractor employees under this contract are recognized as Non-Critical Sensitive [ADP/IT-II] positions when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC or T3 or T3R equivalent investigation to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The investigation consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete: SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Command s Security Manager upon arrival to the command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Command Security Manager. The Command s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM); Potential suitability or security issues identified may render the contractor employee ineligible for the assignment. An unfavorable determination is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Command s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DoD Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor s Security Representative. Although the contractor will take JPAS Owning role over the contractor employee, the Command will take JPAS Servicing role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee s performance under the contract. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc.) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) or T1 investigation equivalent including a FBI fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor s Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or T1 equivalent investigation, or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM Failure to provide the required documentation at least 30 days prior to the individual s start date may result in delaying the individual s start date. * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States. NMCARS 5237.102(90) Establishes the Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract (Commander Navy Region Southeast) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. AVAILABILITY OF FUNDS Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Government s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at https://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883618Q0157/listing.html)
 
Place of Performance
Address: NOSC Tampa Boat Depot
Zip Code: 5201 W Tyson Ave
 
Record
SN04888829-W 20180415/180413230641-a6c581f202fd861fe07c148a6ce186e7 (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.