Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

J -- Laser Trackers Calibration, Repairs and Maintenance - Statement of Work - Sole Source Justification

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904020Q0028
 
Archive Date
11/29/2019
 
Point of Contact
Nathan R. Westman, Phone: 2074383881
 
E-Mail Address
nathan.westman@navy.mil
(nathan.westman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification SOW This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes only the solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N3904020Q0028. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 (10/10/2019) and DFARS Change Notice 20190531. 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: acquisition.gov. The NAICS code is 811219 and the Small Business Standard is $22,000,000.00. This is a Sole Source requirement to Automated Precision, Inc. based on the following; API calibrates their own equipment to factory new standards (See Attached Sole Source Justification). This calibration process is acceptable by NAVSEA METCAL standards and no other vendor offers such a service. The calibration process used by API is proprietary to their OEM equipment, therefore cannot be performed by anyone else except the OEM. Line Item 0001: Calibration and related certifications for various laser trackers manufactured by Automated Precision Inc. in accordance with the attached Statement of Work. Quantity: 1 Level One Annual Maintenance Package Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-2, Security Requirements (Aug 1996) 52.204-7, System for Award Management (Oct 2016) 52.204-13, System for Award Management (SAM) Maintenance (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.211-15, Defense Priority and Allocation Requirements (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2017) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-53, Exemption from Application of the Service Contract Act 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15, Stop-Work Order (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) Offerors shall include a completed copy of 52.212-3 and it's ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016) DFARS 252.204-7000, Disclosure of Information (Oct 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) - Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) This announcement will close at 2:30 PM ET on Thursday, 11/14/2019. Contact Nathan Westman at 207-438-3881 or email Nathan.westman@navy.mil. Instructions to Offerors: METHOD OF PROPOSAL SUBMISSION: Inquiries to this Sole Source posting shall be emailed to nathan.westman@navy.mil. Evaluation Criteria: System for Award Management (SAM): Vendors 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/. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13f2234c9c9bf8a4e547f6abc3ca976e)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN05492200-W 20191109/191107230911-13f2234c9c9bf8a4e547f6abc3ca976e (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  © 1994-2020, Loren Data Corp.