Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

71 -- USS PORT ROYAL Habitability Work

Notice Date
12/17/2019 4:00:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4012
 
Response Due
12/23/2019 12:00:00 PM
 
Archive Date
01/07/2020
 
Point of Contact
Candice Tawiah, Phone: 808-473-7664, JIMMIE TOLOUMU, Phone: 8084737906
 
E-Mail Address
candice.tawiah@navy.mil, JIMMIE.TOLOUMU@NAVY.MIL
(candice.tawiah@navy.mil, JIMMIE.TOLOUMU@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(12/17/2019) �AMENDMENT 1: ****THIS AMENDMENT IS TO UPLOAD ALL QUESTIONS AND ANSWERS TO THE SOLICITATION.�See Attachments 4�and 5.***** 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 Beta.SAM.gov, which has replaced FEDBIZOPPS. The request for quotation (RFQ) number is N0060420Q4012.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-01 and DFARS Publication Notice 20191127.� 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 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Specialist concurs with the set aside decision. � The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing Habitability requirements for the USS PORT ROYAL in accordance with the Statement of Work (Attachment 1). CLIN DESCRIPTION QTY Unit 0001 HABITABILITY UPGRADE SUPPLIES 1 GROUP Required Delivery: NLT 31 March 2020; Delivery Location: USS PORT ROYAL, Pearl Harbor, Joint Base Pearl Harbor Hickam, HI 96860 Responsibility and Inspection:� Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� The method of payment will be Government Purchase Card. This requirement will result in a Firm-Fixed Price (FFP) purchase order. Attachments: Statement of Work (SOW) Price Matrix FAR 52.212-3, with Alt 1 Provision Offeror Representations and Certifications. If your annual representations are 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. FAR Provisions and Clauses: The following FAR provision and clauses are applicable to this procurement:� 52.204-7 System for Award Management 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 52.204-24 Commercial and Government Entity Code Maintenance Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 52.209-6 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instructions to Offerors�Commercial Items (DEVIATION 2018-O0018) 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: 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION 2019-O0003) 52.219-2 Post-Award Small Business Program Representation 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 52.222-50 Combating Trafficking in Persons 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� 52.232-36 52.232-40 Payment by Third Party Providing Accelerated Payments to Small Business Subcontractors Additional Provisions and Clauses: Additional provisions and clauses incorporated by reference are applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 252.211-7003 Item Unique Identification and Valuation 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic Site Visit: If requested, the government may conduct a site visit for prospective offerors. Interested offerors shall contact Candice Tawiah at 808-473-7664 and provide on company letter head the names of personnel requesting to attend the site visit to email Candice.tawiah@navy.mil by 11AM Hawaii Time on 12 December 2019. Method of Award: Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price.� The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer.� The Quoter�s technical acceptability will be evaluated against the requirements in the Statement of Work. �The offeror�s quote must clearly state that all services will be provided as requested and they do not take any exceptions to the Statement of Work requirements in their entirety.� Technical Acceptability will be rated on an �acceptable� or �unacceptable� basis using the ratings in the table below. Technically Acceptable/Unacceptable Ratings: 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 Quotation submittal deadline: This announcement will close at 10:00 AM (Hawaii Standard Time) on December 23, 2019.� Contact Candice Tawiah who can be reached at 808-473-7664 or email candice.tawiah@navy.mil.� Any questions in regards to this solicitation shall be submitted via email by 1:00 PM (Hawaii Standard Time) on December 16, 2019.� Oral communications are not acceptable in response to this notice. �All responsible sources may submit a quote which shall be considered by the agency.� 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 destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. �Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dde8a509af994caa8000b384ff46d991/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05519455-F 20191219/191217230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.