Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

V -- Operation of Port Security Barriers

Notice Date
8/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
N68171 NAVSUP Fleet Logistics Center Naples Rota Site PSC 819 BOX 8 FPO AE 09645-0008
 
ZIP Code
09645-0008
 
Solicitation Number
N6817118Q6058
 
Response Due
9/17/2018
 
Archive Date
10/1/2018
 
Point of Contact
Brett Dickstein 0034 956821996 Brett Dickstein
 
E-Mail Address
dickstein@eu.navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
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 N6817118Q6058 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ utilizes FAR 13 Simplified Acquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1 and DFARS Change Notice 20180629. 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/browsefar and https://www.acq.osd.mil/dpap/dars/dfarspgi/current. The associated North American Industrial Classification System (NAICS) code for this procurement is 488310 with a small business size standard of $38,500,000.00. The Product Service Code (PSC) is V119. This requirement is a Full and Open Competition. ATTACHMENTS 1.Performance Work Statement 2.Instructions to Quoters and Evaluation Criteria 3.Past Performance Information Sheet 4.Pricing Worksheet Fleet Logistics Center (FLC) Sigonella Site Rota Shore requires the following items: Contract Line Item 0001: 12 Mos; Operation of the Anti-Boat Barrier System at Naval Station Rota in accordance with the PWS Period of Performance: 30 September 2018 “ 29 September 2019 (Option) Contract Line Item 0101: 12 Mos; Operation of the Anti-Boat Barrier System at Naval Station Rota in accordance with the PWS Period of Performance: 30 September 2019 “ 29 September 2020 (Option) Contract Line Item 0201: 12 Mos; Operation of the Anti-Boat Barrier System at Naval Station Rota in accordance with the PWS Period of Performance: 30 September 2020 “ 29 September 2021 (Option) Contract Line Item 0301: 12 Mos; Operation of the Anti-Boat Barrier System at Naval Station Rota in accordance with the PWS Period of Performance: 30 September 2021 “ 29 September 2022 (Option) Contract Line Item 0401: 12 Mos; Operation of the Anti-Boat Barrier System at Naval Station Rota in accordance with the PWS Period of Performance: 30 September 2022 “ 29 September 2023 (Option) Contract Line Item 0501: 6 Mos; FAR 52.217-8 Option to Extend Services Operation of the Anti-Boat Barrier System at Naval Station Rota in accordance with the PWS Period of Performance: 30 September 2023 “ 30 March 2024 PERFORMANCE WORK STATEMENT Included As Attachment 1. *** Question Submission: Interested offerors must submit any questions concerning the solicitation to the Buyer by 7 September 2018, 1300 local time (Rota, Spain) All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. All new entities registering in GSAs System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an Active status as the government cannot award to an entity without an Active SAM registration. More information can be found at www.gsa.gov/samupdate. 52.203-3 “ Gratuities 52.203-18 “ Prohibition on Contracting with Entities that require certain internal Confidentiality Agreements “ Representation 52.203-19 - Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements 52.204-7 “ System for Award Management 52.204-13 “ System for Award Management Maintenance 52.204-16 “ Commercial and Government Entity Code Reporting 52.204-17 “ Ownership Or Control of Offeror 52.204-19 “ Incorporation by Reference of Representations and Certifications 52.204-20 “ Predecessor of Offeror 52.204-22 “ Alternative Line Item Proposal 52.209-7 “ Information Regarding Responsibility Matters 52.209-10 “ Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 “ Instructions to Offerors “ Commercial Items (See Attachment 2) 52.212-2 - Evaluation “ Commercial Items (See Attachment 2) FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt I Offeror Reps and Certs 52.212-4 “ Contract Terms and Conditions “ Comm. Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items [X] 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [X] 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [X] 52.219-28 Post-Award Small Business Program Representation [X] 52.222-3 Convict Labor [X] 52.222-19 Child Labor ”Cooperation with Authorities and Remedies [X] 52.222-21 Prohibition of Segregated Facilities [X] 52.222-26 Equal Opportunity [X] 52.222-36 Equal Opportunity for Workers with Disabilities [X] 52.222-50 Combating Trafficking in Persons [X] 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving [X] 52.225-13 Restrictions on Certain Foreign Purchases [X] 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management 52.216-1 “ Type of Contract (Firm-Fixed-Price) 52.225-13 “ Restrictions on Certain Foreign Purchases 52.229-6 “ Taxes ”Foreign Fixed-Price Contracts 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-2 “ Service Of Protest 252.201-7000 “ Contracting Officer ™s Representative 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 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 “ Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System “Statistical Reporting in Past Performance Evaluations. 252.215-7008 “ Only One Offer 252.222-7002 “ Compliance With Local Labor Laws (Overseas) 252.222-7004 “ Compliance With Spanish Social Security Laws and Regulations 252.222-7007 “ Representation Regarding Combating Trafficking in Persons 252.223-7008 “ Prohibition of Hexavalent Chromium 252.225-7041 “ Correspondence in English 252.225-7043 “ Antiterrorism/Force Protection Policy For Defense Contractors Outside the United States 252.225-7993 (Dev) “ Prohibition on Providing Funds to the Enemy 252.229-7001 “ Tax Relief 252.229-7004 “ Status of Contract as a Director Contract (Spain) 252.229-7005 “ Tax Exemptions (Spain) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 “ Wide Area Workflow Payment Instructions 252.232-7008 “ Assignment of Claims Overseas 252.232-7010 “ Levies on Contract Payments 252.233-7001 “ Choice of Law (Overseas) 252.237-7010 “ Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 “ Requests for Equitable Adjustment 252.244-7000 “ Subcontracts for Commercial Items 252.225-7000 - Buy American ”Balance of Payments Program Certificate 252.225-7001 - Buy American and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.244-7000 - Subcontracts for Commercial Items Full Text Provisions/Clauses 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 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 10 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 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 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 66 months. (End of clause) 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (JUN 2015) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall-- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is-- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from [Naval Criminal Investigate Service (NCIS), Code 21, telephone DSN 288-9077 or commercial (202)433-9077 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94139ace2bb81565082a39b0968c3c93)
 
Record
SN05063276-W 20180831/180829231908-94139ace2bb81565082a39b0968c3c93 (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.