USS PORT ROYAL Habitability Work

expired opportunity(Expired)
From: Federal Government(Federal)
N0060420Q4012

Basic Details

started - 18 Dec, 2019 (about 4 years ago)

Start Date

18 Dec, 2019 (about 4 years ago)
due - 23 Dec, 2019 (about 4 years ago)

Due Date

23 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0060420Q4012

Identifier

N0060420Q4012
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE NAVY (156827)NAVSUP (79085)NAVSUP GLOBAL LOGISTICS SUPPORT (14316)NAVSUP FLC PEARL HARBOR (519)NAVSUP FLT LOG CTR PEARL HARBOR (519)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(12/17/2019)  AMENDMENT 1: ****THIS AMENDMENT IS TO UPLOAD ALL QUESTIONS AND ANSWERS TO THE SOLICITATION. See Attachments 4 and 5.*****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 on Beta.SAM.gov, which has replaced FEDBIZOPPS.The request for quotation (RFQ) number is N0060420Q4012.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-01 and DFARS Publication Notice 20191127.  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 337127 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Specialist concurs with the set aside decision.  The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing Habitability requirements for the USS PORT ROYAL in accordance with the Statement of Work (Attachment 1).CLINDESCRIPTIONQTYUnit0001HABITABILITY UPGRADE SUPPLIES1GROUPRequired Delivery: NLT 31 March 2020;Delivery Location: USS PORT ROYAL, Pearl Harbor, Joint Base Pearl Harbor Hickam, HI 96860Responsibility and Inspection:  Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The method of payment will be Government Purchase Card.This requirement will result in a Firm-Fixed Price (FFP) purchase order.Attachments:Statement of Work (SOW)Price MatrixFAR 52.212-3, with Alt 1 Provision Offeror Representations and Certifications. If your annual representations are certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out “N/A” in paragraph b.FAR Provisions and Clauses:The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management52.204-13SAM Maintenance (Oct 2016)52.204-16Commercial and Government Entity Code Reporting (July 2016)52.204-1852.204-24Commercial and Government Entity Code MaintenanceRepresentation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.52.204-2552.209-6Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.52.212-1Instructions to Offerors—Commercial Items (DEVIATION 2018-O0018)52.212-4Contract Terms and Conditions—Commercial Items52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items:52.219-4Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION 2019-O0003)52.219-2Post-Award Small Business Program Representation52.222-3Convict Labor52.222-19Child Labor—Cooperation with Authorities and Remedies52.222-21Prohibition of Segregated Facilities52.222-26Equal Opportunity52.222-36Equal Opportunity for Workers with Disabilities52.222-50Combating Trafficking in Persons52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving52.225-13Restrictions on Certain Foreign Purchases52.232-33Payment by Electronic Funds Transfer--System for Award Management 52.232-3652.232-40Payment by Third PartyProviding Accelerated Payments to Small Business SubcontractorsAdditional Provisions and Clauses:Additional provisions and clauses incorporated by reference are applicable to this procurement are:252.203-7000Requirements Relating to Compensation of Former DoD Officials252.203-7005Representation Relating to Compensation of Former DoD Officials252.204-7008Compliance with Safeguarding Covered Defense Information Controls252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015Notice of Authorized Disclosure of Information for Litigation Support252.211-7003Item Unique Identification and Valuation252.213-7000Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations252.223-7008Prohibition of Hexavalent Chromium252.225-7001Buy American and Balance of Payments Program--Basic252.232-7003Electronic Submission of Payment Requests and Receiving Reports252.232-7006Wide Area WorkFlow Payment Instructions252.232-7010Levies on Contract Payments252.244-7000Subcontracts for Commercial Items252.247-7023Transportation of Supplies by Sea--BasicSite Visit:If requested, the government may conduct a site visit for prospective offerors. Interested offerors shall contact Candice Tawiah at 808-473-7664 and provide on company letter head the names of personnel requesting to attend the site visit to email Candice.tawiah@navy.mil by 11AM Hawaii Time on 12 December 2019.Method of Award:Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal istechnically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price.  The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer. The Quoter’s technical acceptability will be evaluated against the requirements in the Statement of Work.  The offeror’s quote must clearly state that all services will be provided as requested and they do not take any exceptions to the Statement of Work requirements in their entirety.  Technical Acceptability will be rated on an “acceptable” or “unacceptable” basis using the ratings in the table below.Technically Acceptable/Unacceptable Ratings:RatingDescriptionAcceptableOffer clearly meets the minimum technical requirements of the solicitationUnacceptableOffer does not clearly meet the minimum technical requirements of the solicitationQuotation submittal deadline:This announcement will close at 10:00 AM (Hawaii Standard Time) on December 23, 2019.  Contact Candice Tawiah who can be reached at 808-473-7664 or email candice.tawiah@navy.mil.  Any questions in regards to this solicitation shall be submitted via email by 1:00 PM (Hawaii Standard Time) on December 16, 2019.  Oral communications are not acceptable in response to this notice.  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 destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.  Quotes over 10 pages in total will not be accepted by facsimile.  Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

JBPHH ,
 HI  96860  USALocation

Place Of Performance : N/A

Country : United StatesState : HawaiiCity : Joint Base Pearl Harbor-Hickam

Classification

naicsCode 337127Institutional Furniture Manufacturing
pscCode 7195Miscellaneous Furniture and Fixtures