SOLICITATION NOTICE
J -- Preventative Maintenance services which includes; Software/firmware updates, Travel.
- Notice Date
- 2/27/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 96860
- Solicitation Number
- N0060419Q4022
- Response Due
- 3/1/2019
- Archive Date
- 3/16/2019
- Point of Contact
- Christine Ah Yee 808-473-7965
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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 Solicitation number is N0060419Q4022. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Publication Notice 20180928. 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 334516 and the Small Business Standard is 1,000 employees. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106 (a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing Preventative Maintenance services: CLIN 0001- Preventative Maintenance services which includes; Software/firmware updates, Travel (not to exceed 2 times per Contract year) in accordance with the PWS for the base year - 12-month period that begins 01 Apr 2019 through 31 Mar 2020. **PLEASE SEE ATTACHMENT 3: COMBINED SYNOPSIS SOLICITATION FOR DETAILED LIST OF ITEMS** Attachments: Attachment 1: PWS Attachment 2: FAR 52.212-3 and ALT 1 Attachment 3: Combined Synopsis Solicitation Period of Performance: Base Year: 01APR2019 to 31MAR2020: total 12-month period (CLIN 0001) Option Year 1: 01APR2020 to 31MAR2021: total 12-month period (CLIN 1001) Option Year 2: 01APR2021 to 31MAR2022: total 12-month period (CLIN 2001) Place of Performance: Services location: 300 Neches Avenue, FLCPH Fuels Department Laboratory Bldg 1757, Joint Base Pearl Harbor Hickam, Oahu, Hawai ˜i, 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Work Hours: Monday through Fridays, excluding Federal Holidays between the hours of 7:00 A.M. to 3:30 P.M. daily. Access to the FLCPH Fuels Department Laboratory, Pearl Harbor shall be during normal working hours. No access is available after hours or weekends/holidays. The following FAR provision and clauses are applicable to this procurement: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act JUN 2010 52.203-19 Prohibition Requiring Certain Internal Confidentiality Agreement and Statements JAN 2017 52.204-7 Systems for Award Management OCT2018 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards OCT2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-14 Service Contracting Requirements OCT 2016 25.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL2016 52.204-18 Commercial and Government Entity Code Maintenance JUL2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUL 2018 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed JUL 2018 or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors OCT2015 Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.216-20 Definite Quantity OCT 1995 52.216-21 Requirements OCT 1995 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award-Alternate I NOV 2011 52.219-28 Post-Award Small Business Program Representation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-17 Nondisplacement of Qualifies Workers 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-26 Equal Opportunity Alternate I FEB 1999 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-50 Combatting Trafficking in Persons JAN 2019 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.232-33 Payment by Electronic Funds Transfer- System for Award Management OCT 2018 52.233-3 Protest after Award AUG1996 52.233-4 Applicable Law for Breach of a Contract Claim OCT 2004 Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. 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 DEC 2012 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support MAY 2016 252.215-7008 Only One Offer OCT 2013 252.216-7006 Ordering OCT 1995 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies On Contract Payments DEC2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts For Commercial Items And Commercial Components JUN 2013 252.246-7008 Source of Electronic Parts MAY 2018 252.247-7023 Transportation of Supplies by Sea ”Basic APR 2014 This solicitation will close at 0900 HST on Friday, 01 Mar 2019. Contact Christine Ah Yee who can be reached at 808-473-7965 or email christine.ahyee@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Basis for Award: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors to include price and technical acceptability, lowest price technically acceptable (LPTA). In order to be technically acceptable, Quoters must make a statement taking no exception to the PWS. Submission Requirements: Please review the PWS and the Combined Synopsis Solicitation, complete the table and provide the required statement taking no exceptions to the PWS and return along with the completed FAR 52.212-3 and ALT 1. Payment Method: Invoices shall be submitted by electronic submission through Wide Area Work Flow (WAWF) System for Award Management (SAM). Quoters must be registered and maintain registration 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, business size, and payment terms. Quotes over 10 pages in total will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4022/listing.html)
- Place of Performance
- Address: 300 Neches Avenue, FLCPH Fuels Department Laboratory Bldg 1757, JBPHH, HI
- Zip Code: 96860
- Country: US
- Zip Code: 96860
- Record
- SN05234929-F 20190301/190227230040 (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 |