Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
SOLICITATION NOTICE

V -- RENTAL OF BUS SERVICES

Notice Date
7/9/2021 6:51:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019221Q4266
 
Response Due
7/14/2021 7:00:00 AM
 
Archive Date
08/15/2021
 
Point of Contact
Florence Garrido, Phone: 6713397205
 
E-Mail Address
florence.garrido@fe.navy.mil
(florence.garrido@fe.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the procedures of FAR 13 using Simplified Acquisition Procedures, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ), solicitation number is N4019221Q4266. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This acquisition is set aside 100% for small businesses and only qualified offerors may submit a quote. The North American Industrial Classification System (NAICS) code for this procurement is 485113 and the small business size standard is $16.0 million. The Naval Facilities Engineering Command Marianas, Contracting Office requests a quote for the following Line Item: ITEM/ DESCRIPTION/ QUANTITY/ UNIT OF ISSUE: 0001: Rental of Bus Services, Quantity 2/units. The requirements must be met as stated in attachment 1, Statement of Work (SOW). FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018), applies to this acquisition. FAR 52.212-2 Evaluation�Commercial Items. (Oct 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offerors: Technical acceptability of the service offered to meet the Government requirement: Technical capability is defined as meeting the requirements in the SOW. Price Offerors will be listed in ascending order by price (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest priced offeror who is determined to be technically capable and represent the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018) is included in this solicitation. Offerors must include a copy of this provision with its offer. 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 Certain Telecommunications and Video Surveillance Services or Equipment 52.204- 25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212- 1� Instructions to Offerors �� Commercial Items 52.212- 3 Offeror Representations and Certifications � Commercial Items � Alternate I 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 52.204- 10 Reporting Executive Compensation and First-Tier Subcontract Awards 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- 4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219- 28 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 W orkers with Disabilities 52.222- 50 Combatting Trafficking in Persons 52.222- 53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services �� Requirements 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer- SAM 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 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 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 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 252.204-7008 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 252.232-7003 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 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea All firms must be registered and active in the System for Award Management (SAM) database to be considered for award. Quote must be directly submitted by the firm registered in SAM. Quotes submitted by another firm on behalf of a SAM registered company will not be accepted. All quotes must include registered DUNS and CAGE Code. Submit quote via email to Florence Garrido at Florence.garrido@fe.navy.mil. Submittal of multiple quotes will not be accepted. Question Submission: Interested quoters must submit any questions concerning the RFQ/solicitation at the earliest time possible to enable the Buyer to respond. QUESTIONS shall be submitted to the email address florence.garrido@fe.navy.mil no later than 10:00 am Chamorro Standard Time (ChST) on 11 July 2021. Questions received after this deadline will not be considered. A response to this RFQ must be received via e-mail no later than 10:00 am Chamorro Standard Time (ChST) on 14 July 2021. Oral Quotes will not be accepted. Emailed Quotes must be received on time and be able to open the email and all attachments. The Government does not accept responsibility for non-receipt of Quotes. It is the contractor�s responsibility to request and receive confirmation of Quote receipt. ATTACHMENT: Statement of Work (SOW)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c4652648c834023b0c8aa500ad77f14/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN06056562-F 20210711/210709230116 (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.