SOLICITATION NOTICE
J -- Emergency Equipment Inspection and Maintenance Service
- Notice Date
- 7/8/2022 4:53:44 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
- N0060422Q4067
- Response Due
- 7/13/2022 10:00:00 PM
- Archive Date
- 07/29/2022
- Point of Contact
- Nelson Uehara 808-473-7681 nelson.uehara@navy.mil
- E-Mail Address
-
nelson.uehara@navy.mil
(nelson.uehara@navy.mil)
- Description
- Emergency Equipment Inspection and Maintenance Service This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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 SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4067. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220623. 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 $8.0 million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-3(b)(3)(i). 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. Quoters shall state that they take No exceptions to the PWS in its entirety. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 One Group, BaseYear 1st-Semi Annual Breathing Air Compressors (BAC) Maintenance in accordance with (IAW) the performance work statement (PWS). Includes parts, shipping, labor and travel. CLIN 0002 One Group, Base-Year 2nd-Semi Annual BAC Maintenance and Annual Edraulics Maintenance IAW the PWS. Includes parts, shipping, labor and travel. CLIN 1001 One Group, Option One 1st-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel. CLIN 1002 One Group, Option One 2nd-Semi Annual BAC Maintenance and Annual Edraulics Maintenance IAW the PWS. Includes parts, shipping, labor and travel. CLIN 2001 One Group, Option Two 1st-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel. CLIN 2002 One Group, Option Two 2nd-Semi Annual BAC Maintenance and Annual Edraulics Maintenance IAW the PWS. Includes parts, shipping, labor and travel. Period of performance is Base 01 September 2022 - 31 August 2023, Option One 01 September 2023 - 31 August 2024, Option Two 01 September 2024 - 31 August 2025. Place of Performance is at the Federal Fire Department premises located on the island of Oahu IAW the PWS. The requirement will result in a Firm-Fixed Price (FFP) purchase order, the method of payment will be electronic funds transfer via Wide Area Workflow (WAWF). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following Attachments are applicable to this request for quote (RFQ). Attachments: Attachment 1: Sole Source Justification Redacted Attachment 2: PWS Attachment 3: Wage Determination 2015-5689 Revision 17, 15 March 2022 Attachment 4: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) and FAR 52.212-3 and Alt I Offeror Representations and Certifications (MAY 2022) See Note below. Attachment 5: Pricing Matrix (CLINs 0001, 0002, 1001, 1002, 2001 and 2002 fill in the QTY and Unit Price in the yellow highlighted areas). Note: 52.212-3 and Alt I: If your Annual Representations and Certifications are current in the System for Award Management (SAM), then complete paragraph (b) (2) ONLY by filling out N/A or provide a statement that your Reps and Certs in SAM are up-to-date. Questions: Questions shall be submitted to nelson.uehara@navy.mil no later than 11:00 AM HST on 12 July 2022. Emails to this address shall clearly reference the RFQ number N0060422Q4067 in the subject line. Questions submitted after this date and time will not be accepted. Quotation submittal: Quotes with Attachment 4 FAR 52.204-24, FAR 52.212-3 and Attachment 5 Pricing Matrix shall be submitted to via email to nelson.uehara@navy.mil no later than 11:00 AM HST on 14 July 2022. 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, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 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) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (NOV 2021) 52.212-3 and its ALT I, Representations and Certifications - Commercial Products and Commercial Services (MAY 2022) 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2021) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Products and Commercial Services (MAY 2022) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28 Post-Award Small Business Program Rerepresentation (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) 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) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.217-5 Evaluation of Options (JUL 1990) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252.2 Clauses Incorporated by Reference (FEB 1998) 52.252-5 Authorized Deviations in Provisions (NOV 2020) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 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) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2019) 252.204-7015 Disclosure of Information To Litigation Support Contractors (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) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012 Preference for Certain Domestic Commodities (APR 2022) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-O0015) (MAY 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.244-7000 Subcontracts For Commercial Items (JAN 2021) 252.246-7008 Sources of Electronic Parts (MAY 2018) 252.247-7023 Transportation of Supplies by Sea - Basic (FEB 2019)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2499c074ee0c4211a116be4821469ed9/view)
- Record
- SN06382490-F 20220710/220708230103 (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 |