Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

J -- CO2 Fire Suppression System Repair Services

Notice Date
6/1/2022 6:45:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060422Q4058
 
Response Due
6/5/2022 10:00:00 PM
 
Archive Date
06/21/2022
 
Point of Contact
Lyle Perez 808-473-7967
 
E-Mail Address
lyle.perez1@navy.mil
(lyle.perez1@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 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 to the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and SAM.gov at https://www.sam.gov. The RFQ number is N0060422Q4058. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220428. 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 811310 and the Small Business Standard is 8 Million dollars. This is a competitive, unrestricted action The Small Business Office concurs with this acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing inspection, recharging, hydrostatic testing, repair of the Fenwal Carbon Dioxide (CO2) Fire Suppression system for the NCTAMS PAC Command, Wahiawa Annex, Joint Base Pearl Harbor Hickam in accordance with Attachment 1- Performance Work Statement. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 - Performance Work Statement Attachment 2 - Wage Determination 2015-5689 (Rev-17) Attachment 3 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2021) Attachment 4 - 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) Questions regarding the solicitation: Questions shall be submitted electronically to lyle.perez1@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060420Q4058 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 3:00 PM HST (Hawaii Standard Time) on 03 June 2022. 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. A complete quote shall also include a completed Attachment 3 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and Attachment 4 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) if the quoters Reps and Certs are not current in SAM.gov. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (Oct 2018) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services-Alternate 1 (Nov 2021) 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 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 (Jun 2020) 52.222-50 Combatting Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55 Minimum Wages Under Executive Order 14026 (Jan 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022) 52.217-5 Evaluation of Options (Jul 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 52.252-5 Authorized Deviations in Provisions (Nov 2020) 52.252-6 Authorized Deviations in Clauses (Nov 2020) Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (Feb 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7048 Export-Controlled Items (Jun 2013) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (May 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (May 2020) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (Feb 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Apr 2020) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (Apr 2021) 252.244-7000 Subcontracts for Commercial Items (Jan 2021) 252.247-7023 Transportation of Supplies by Sea-Basic (Feb 2019) This announcement will close at 2:00 PM HST (Hawaii Standard Time) on 06 June 2022. Contact Lyle Perez who can be reached via email at: lyle.perez1@navy.mil. Quotes shall be submitted electronically via email to Lyle Perez, email lyle.perez1@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. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of responsibility and the Lowest Priced Technically Acceptable (LPTA) quote. Price: Quoters shall submit a price for each item listed in this Notice. 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 Quoters technical acceptability will be evaluated against the requirements in the Performance Work Statement. The submission of a quote means that the Quoter does not take any exceptions to the Performance Work Statement. 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: SAM, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) 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 Quoters initial quotation should contain the Quoters 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 Quoters 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. 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, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Governments 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/932b084d1cc4433cba840e826ce28943/view)
 
Place of Performance
Address: NCTAMS PAC Command, Wahiwa Annex, Wahiawa, Hawaii 96786, USA
Zip Code: 96786
Country: USA
 
Record
SN06343782-F 20220603/220601230103 (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.