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, 2019 FBO #6320
SOLICITATION NOTICE

71 -- USS HOPPER SHIPBOARD HABITABILITY FURNITURE UPGRADES

Notice Date
3/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture 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
N0060419Q4025
 
Response Due
3/25/2019
 
Archive Date
3/31/2019
 
Point of Contact
PATRICIA MURAKAMI 8084737901
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 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 RFQ number is N0060419Q4025. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Publication Notice 20181031. 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 337127 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing CLIN 0001 below, which includes all materials, shipping, and labor required for the USS HOPPER habitability project to upgrade the wardroom, Commanding Officer ™s cabin, Executive Officer ™s cabin, CSO ™s Stateroom, Command Master Chief ™s office, CPO Mess and Lounge, crew training room, mess deck, Missing In Action (MIA) Corner, messdeck serving line and staterooms deck in accordance with the Statement of Work included herein. CLIN DESCRIPTION QTY U/I TOTAL PRICE 0001 USS HOPPER UPGRADE 1 Group $ Work is anticipated to commence on 15 APRIL 2019. Place of Performance: USS HOPPER, Joint Base Pearl Harbor Hickam, HI Responsibility and Inspection: Unless otherwise specified in the order, the vendor is responsible for the performance of all inspection requirements and quality control. This requirement will result in a Firm-Fixed Price (FFP) purchase order. The method of payment will be by Wide Area Workflow. 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/. Attachments: 1. Statement of Work 2. Pricing Matrix 3. FAR 52.212-3 and Alt I Offeror Representations and Certifications. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out N/A in paragraph b. Questions regarding the solicitation: Questions shall be submitted electronically to patricia.murakami@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ # N0060419Q4025 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 10:00 AM (Hawaii Standard Time) on 19 March 2019. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. Quotes: This announcement will close at 10:00 AM (Hawaii Standard Time) on 25 March 2019. Quotes shall be submitted electronically via email to Patricia Murakami, email patricia.murakami@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s) for all items in the Pricing Matrix, FOB point, a point of contact, name and phone number, business size, CAGE code and payment terms. Quoters are advised that delays can be experienced with the Government ™s email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. It is emphasized that this combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the quoters interested in competing for this requirement. The procedures of FAR Part 15.3 do not apply to this source selection. While not an all-inclusive list, some examples of FAR 15.3 requirements that do not apply are the late is late rule, competitive range determinations, the FAR Part 15.3 rules for discussions, formal evaluations plans, and formal evaluation documentation. Note also that any references in the solicitation to offer/offeror shall be deemed to mean quotation/quoter. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. Price: Quoters shall submit a price for each item in the Pricing Matrix spreadsheet, which includes a breakdown of their quote showing the price per supply, labor, and shipping. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoter ™s technical acceptability will be evaluated against the requirements in the Statement of Work. The Quoter ™s quote must clearly state that all services will be provided as requested and the Quoter does not take any exceptions to the Statement of Work requirements in their entirety. Technical Acceptability will be rated on an śacceptable ť or śunacceptable ť basis using the ratings in the table below. Technically Acceptable/Unacceptable Ratings Adjectival Rating Description Acceptable Offer clearly meets the minimum technical requirements of the solicitation Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter ™s initial quotation should contain the Quoter ™s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter ™s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. The following FAR provision and clauses are applicable to this procurement: FAR TITLE 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 (DEV) Instructions to Offerors (DEVIATION 2018-O0017) 52.212-3, Alt. 1 Offeror Reps and Certs 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 Aside 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 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 52.247-34 FOB Destination Applicable FAR Provisions and Clauses by Full Text: FAR 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/); (2) Quick Search (http://quicksearch.dla.mil/); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by ” (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. FAR 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) The following DFARS provision and clauses are applicable to this procurement (By Reference): DFARS TITLE 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 Supplier Performance Risk System in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program--Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAR-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/N0060419Q4025/listing.html)
 
Place of Performance
Address: USS HOPPER, JOINT BASE PEARL HARBOR , HI
Zip Code: 96860
Country: US
 
Record
SN05247449-F 20190314/190312230038 (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.