Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2020 SAM #6931
SOLICITATION NOTICE

R -- Expert Litigation Support Services

Notice Date
11/18/2020 8:36:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060421Q0005
 
Response Due
11/23/2020 12:00:00 AM
 
Archive Date
12/08/2020
 
Point of Contact
Nelson Uehara 808-473-7681
 
E-Mail Address
nelson.uehara@navy.mil
(nelson.uehara@navy.mil)
 
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 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 RFQ number is N0060421Q0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-09 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 541620 and the Small Business Standard is $16.5M. 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 13.106-1(b). 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. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: Expert Litigation Support Services in accordance with the attached Performance work Statement (PWS). Attachments: 1. PWS 2. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Complete subparagraphs d (1) and d (2); and return copy with your quote) 3. FAR 52.212-3 and Alternate I (If Representations and Certifications are current in SAM, complete paragraph b (2) and return with your quote). 4. Sole Source Justification, Redacted Period of performance is 04 December 2020 � 30 September 2020. Location is Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This will be a Firm-Fixed Price type contract. The method of payment is Wide Area Workflow (WAWF) electronic funds transfer. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 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 52.204-24 Representation Regarding Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items Use with its ALT I, when a time and materials contract is anticipated; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecommunications 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 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3 Privacy Training 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-4 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.212-1 Instructions to Offerors�Commercial Items. (DEVIATION 2018-O0018) (j) Unique entity identifier. (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) 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): FAR Provisions: https://www.acquisition.gov/browse/index/far DFARS Provisions: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 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): FAR Clauses: https://www.acquisition.gov/browse/index/far DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) Quoters shall include completed copies of 52.212-3 and its ALT; and 52.204-24 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 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 of Unclassified Controlled Technical Information 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-2017 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. 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement. 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic This announcement will close at 11:00am Hawaii Standard Time on 11/23/2020. Contact Nelson Uehara who can be reached at email nelson.uehara@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. 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 point, a point of contact, name and phone number, DUNS number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Email your quote, completed copies of Attachment 2 � FAR 52.204-24 and Attachment 3 � FAR 52.212-3 to nelson.uehara@navy.mil by 11:00am Hawaii Standard Time on 11/23/2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f2fb9a9411f0408eaad3b1cd15f1098e/view)
 
Record
SN05855770-F 20201120/201118230143 (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.