Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2020 SAM #6930
SOLICITATION NOTICE

71 -- Habitability Upgrade for USS Halsey (DDG97) to be conducted at Joint Base Pearl Harbor Hickam

Notice Date
11/17/2020 1:05:18 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
N0060421Q4001
 
Response Due
11/23/2020 12:00:00 AM
 
Archive Date
12/08/2020
 
Point of Contact
Carter Garrison 502-905-4838
 
E-Mail Address
richard.garrison1@navy.mil
(richard.garrison1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 NECO (https://www.neco.navy.mil/). The RFQ number is N0060421Q4001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-02 and DFARS Publication Notice 20200929. 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 all materials, shipping, and labor required for the Habitability Upgrade for the USS HALSEY (DDG 97) in accordance with the Performance Work Statement included herein: CLIN DESCRIPTION QTY U/I TOTAL PRICE 01 HABITABILITY UPGRADE 1 Group $ Period of performance: Start date shall be coordinated with the Technical Point of Contact and shall be completed NLT 15-JAN-2021. Place of Performance: USS HALSEY (DDG 97), Joint Base Pearl Harbor Hickam, HI Quote Submission shall include detailed price breakdown of each element of the total quoted price. Responsibility and Inspection: Unless otherwise specified in the order, the supplier 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 Government-wide Commercial Purchase Card (GCPC). 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. Performance Work Statement (PWS) 2. FAR ProvisionS FAR 52.212-3 and Alt I **Failure to include this attachment with your quote, may result in your offer being deemed unresponsive.**: NOTE: FAR 52.212-3 and Alt I Offeror Representations and Certifications (NOV 2017). 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: Question shall be submitted electronically to richard.garrison1@navy.mil. Oral queries will not be accepted. Emails sent to this addresses shall clearly reference the RFQ # N0060421Q4001 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 1:00 PM (Hawaii Standard Time) on 19-NOV-2020. 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 23-NOV-2020. Contact Carter Garrison who can be reached at 502-905-4838 or email richard.garrison1@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), 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 is 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 solicitation. 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 CLIN and include 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 PWS. The Quoter�s quote must confirm that all services will be provided as requested and that the Quoter does not take any exceptions to the PWS requirements in their entirety. Technical Acceptability will be rated on an �acceptable� or �unacceptable� basis using the ratings in the table below. Technical 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 and DFARS provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 Set-Aside 52.219-28 Post Award Small Business 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 52.232-36 Payment by Third Party 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 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 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 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 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 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 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.244-7000 Subcontracts for Commercial Items 252-247-7023 Transportation of Supplies by Sea Applicable FAR Provisions and Clauses by Full Text: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 (Feb 1998) 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) ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/063b96ea28d94926803f7c2372206074/view)
 
Place of Performance
Address: USS Halsey (DDG 97)Joint Base Pearl Harbor Hickam, Honolulu, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05855084-F 20201119/201117230149 (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.