The RFP Database
New business relationships start here

Inspection, Cleaning, and Maintenance Services of Structural and Proximity Fire Fighting Protective Ensembles


Hawaii, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060420Q4003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Publication Notice 20191001. 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 812332 and the Small Business Standard is $41.5 million. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision.

The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) requests responses from qualified sources capable of providing:

Services shall be in accordance with the Performance Work Statement (PWS) and CLIN Structure for the inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE); each ensemble consists of one (1) Trouser and one (1) Jacket.
An Individual Ensemble Element (IEE) consists of a single Trouser or Jacket element.

The following are applicable to this solicitation:

Attachment (1)     PWS
Attachment (2)     CLIN Structure
Attachment (3)     Payment Instructions
Attachment (4)     FAR 52.212-3 and Alt I
Attachment (5)     Wage Determination 2015-5689 Revision 9
Attachment (6)     Wage Determination 2015-5593 Revision 6
Attachment (7)     Wage Determination 2015-4377 Revision 10
Attachment (8)        Wage Determination 2015-4571 Revision 9
Attachment (9)        Wage Determination 2015-5489 Revision 9

National Fire Protection Association (NFPA) 1851 Standard certificate shall be included with the quote submission.

Quoters shall complete Attachments (2) and (4) prior to the deadline stated in this solicitation.
Quotes not providing completed Attachments (2), (4) and NFPA 1851 Standard certificate may be deemed nonresponsive.

Period of performance: One 12-month Base period with four 12-month Options. A 6-month extension in accordance with FAR 52.217-8 will also be evaluated at the time of award. Place of Performance is Contractorbs Facilities. 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 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
52.212-1 Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018);
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders b Commercial
Items.

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Equal Opportunity for Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Hires
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.
5341 or 5332.

This Statement is for Information Only: It is not a Wage Determination
Employee Class    Monetary Wage -- Fringe Benefits
Laundry Working, WG-7304-01, Step 2 (Hawaii)    $14.76 $5.35
Laundry Working, WG-7304-01, Step 2 (Las Vegas, Nevada)     $17.15 $6.22
Laundry Working, WG-7304-01, Step 2 (Central North Carolina)    $12.62 $4.57
Laundry Working, WG-7304-01, Step 2 (Salt Lake Utah)    $12.01 $4.35
Laundry Working, WG-7304-01, Step 2 (Hillsborough Florida)    $11.01 $3.99

52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds TransferbSystem for Award Management
52.232-36 Payment by Third Party
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim

52.216-19 Order Limitations
52.216-21 Requirements
52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.232-18 Availability of Funds
52.232-40 Providing Accelerated Payments to Small Business Subcontractors

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.
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
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.216-7006    Ordering
252.223-7008     Prohibition of Hexavalent Chromium
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.232-7009    Mandatory Payment by Governmentwide Commercial Purchase Card
252.237-7010    Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
252.247-7023    Transportation of Supplies by Sea--Basic

Questions must be submitted by 11:00AM Hawaii Standard Time, Tuesday 15 October 2019.
Questions shall be submitted electronically via email to nelson.uehara@navy.mil.

This announcement will close at 11:00AM Hawaii Standard Time on Friday 18 October 2019. Submit quotes and required attachments to nelson.uehara@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.

Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using Lowest Price Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and lowest priced technically acceptable offer.

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.

Nelson Uehara 808-473-7681 nelson.uehara@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP