Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2023 SAM #7921
SOLICITATION NOTICE

J -- Fire Extinguisher Maintenance and Disposal

Notice Date
8/3/2023 12:48:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060423Q4078
 
Response Due
8/3/2023 9:00:00 PM
 
Archive Date
08/19/2023
 
Point of Contact
Liane Pekelo-Passmore 808-473-7942
 
E-Mail Address
liane.m.pekelo-passmore.civ@us.navy.mil
(liane.m.pekelo-passmore.civ@us.navy.mil)
 
Description
** Amendment 1: The purpose of this amendment is to revise the response date to 04 August 2023 at 10:00am HST. ** 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 Request for Quote (RFQ) number is N0060423Q4078. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication Notice 20230609. It is the responsibility of the quoter 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 11.0 million. This is a competitive, unrestricted action. The Small Business Office concurs with this acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing the inspection, maintenance, recharging, testing and disposal of building and wheeled fire extinguishers, including ABC type from 2.5 pound (lb) to 20 lb, Wheeled Amerex Model 674 Halotron 150 pound clean agent, Carbon Dioxide (CO2) from 10 lb to 20 lb, Class K from 10 lb to 20 lb, and Class D extinguisher from 10 lb to 20 lb in accordance with Attachment 1 - Performance Work Statement. The Contractor shall notify the Government if they are unable to perform services for a particular manufacturer or type of extinguisher. Services shall be in accordance with Attachment 1, Performance Work Statement (PWS). ESTIMATED QUANTITIES The quantities shown for each Contract Line Item Numbers (CLIN) listed on Attachment 2 of this solicitation are the Governments estimates of requirements which may be ordered during contract performance. The following are applicable to this solicitation: Attachment 1 PWS Attachment 2 CLIN Structure Pricing Attachment 3 Reference 1 GFP Listing Attachment 4 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) Attachment 5 Wage Determination 2015-5689 (Rev-19) dated 12/27/2022 Period of performance: One (1) 12-month Base period, and four (4) 12-month Option periods. The Base Year is scheduled for 12 months from the date of award. Pickup and drop-off locations of fire extinguishers: Federal Fire Department 650 Center Drive, Bldg. 284 Honolulu, HI 96818 Flightline Storage Facility Building 3039 Joint Base Pearl Harbor-Hickam, HI 96860 Place of Performance for inspection, maintenance, recharging, testing and disposal is quoters facilities. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Payment will be made via Government Purchase Card. Questions shall be submitted electronically to liane.pekelo-passmore.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4078 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 10:00 AM HST (Hawaii Standard Time) on 27 July 2023. 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 in response to this Combined Synopsis/Solicitation shall include a completed Attachment 4 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 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 52.204-13 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 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 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 Items - Alternate I DEC 2022 52.212-4 Contract Terms and Conditions - Commercial Items DEC 2022 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items MAR 2023 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 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 2023 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.216-18 Ordering AUG 2020 52.216-19 Order Limitations OCT 1995 52.216-21 Requirements OCT 1995 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 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 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 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 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons JUN 2016 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.223-20 Aerosols JUN 2016 52.223-21 Foams JUN 2016 52.232-36 Payment by Third Party MAY 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.245-1 Government Property SEP 2021 52.245-9 Use and Charges APR 2012 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 SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 DoD Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 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 2023 252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023 252.211-7007 Reporting of Government-Furnished Property JAN 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 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 JAN 2023 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 252.232-7009 Mandatory Payment by Government wide Commercial Purchase Card MAY 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DEC 2006 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 (DEVIATION 2021-O0003) APR 2021 252.244-7000 Subcontracts for Commercial Items JAN 2023 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012 252.245-7002 Reporting Loss of Government Property JAN 2021 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization, and Disposal (DEVIATION 2022-O0006) DEC 2017 252.247-7023 Transportation of Supplies by Sea - Basic JAN 2023 Procedures in FAR 13.106 are applicable to this procurement. The intended outcome of this RFQ is the issuance of a single-award, firm-fixed price, INDEFINITE-DELIVERY INDEFINITE QUANTITY (IDIQ) contract. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and quoter determined to have the required National Fire Protection Association (NFPA) qualifications and certifications from the authority having jurisdiction. 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, Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). INSTRUCTIONS TO QUOTERS; 1. Provide PER UNIT and EXTENDED TOTAL PRICES in Attachment 2, CLIN Structure Pricing, with limitation of two decimal places. Also see CLIN descriptions tab for an explanation of each item. To be considered for award, quotes must contain pricing for all CLINs listed in Attachment 2, in the quantity requested. 2. Quoters shall complete and submit Attachment 4 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 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 by the established deadline. Quotes not providing the required completed attachment, qualifications and certifications and submission information may be deemed nonresponsive. 3. Quoters shall be an NFPA-certified provider with all work completed at certified facilities. Copies of qualifications and certifications from the authority having jurisdiction for the certification (ie: Honolulu Fire Department) shall be submitted with the quotes. This announcement will close at 10:00 AM Hawaii Standard Time on 03 August 2023. Submit quotes and required attachments to liane.m.pekelo-passmore.civ@us.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. Quoters Unit Pricing in Attachment 2 will be multiplied by the quantity to arrive at the extended amount for each line item. Minor mathematical errors due to incorrect calculations or rounding issues will be adjusted by the Government accordingly to arrive at the total contract price. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of price and responsibility. Technical: The Quoters technical acceptability will be evaluated against the requirements in the Performance Work Statement. The submission of a quote shall mean that the Quoter does not take any exceptions to the Performance Work Statement requirements. 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. 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/browse/index/far 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): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (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 clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (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) 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, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d6d8f8273944f1a85ebc65ed67a9e21/view)
 
Record
SN06775137-F 20230805/230803230048 (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.