The RFP Database
New business relationships start here

Offsite document scanning and digital archival services for 54 COMSUBPAC afloat and ashore activities. A contractor shall utilize FACET to digitally archive financial records provided by the govt.


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 under 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 N00604-19-Q-4073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-05 and DFARS Publication Notice 20190809. 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 518210 and the Small Business Standard is $ 32.5 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 13.501(a)(1)(ii). 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 NAVSUP Fleet Logistics Center Pearl Harbor, requests responses from qualified sources capable of providing:


CLIN 0001- Offsite document scanning and digital archival services for 54 COMSUBPAC afloat and ashore activities. A contractor shall utilize FACET to digitally archive financial records provided by the government, transfer all newly created digital content to an approved Department of Defense digital
repository for indefinite retention, and return scanned physical documents to the government.


Attachment 1: PWS
Attachment 2: FAR 52.212-3 and Alt I
Attachment 3: GFP List

Contractors shall include a detailed breakdown of their quoted price that includes any travel costs, labor rates, training costs, etc. In addition, quoters shall provide a copy of the completed 52.212-3 and Alt I (attachment 2).

Period of Performance
Base Period: 28 September 2019- 27 September 2020
Option Period 1: 28 September 2020- 27 September 2021

The following FAR provision and clauses are applicable to this procurement:
52.204-7     Systems for Award Management
52.204-10     Reporting Executive Compensation and First-Tier Subcontract Awards
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
52.204-21    Basic Safeguarding of Covered Contractor Information Systems
52.204-24    Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
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
52.212-1    Instructions to Offerors - Commercial Items];
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
52.217-5    Evaluation of Options
52.217-8    Option to Extend Services
52.217-9    Option to Extend the Term of the Contract
52.222-3    Convict Labor    
52.222-21     Prohibition of Segregated Facilities
52.222-35     Equal Opportunity for Veterans
52.222-36    Affirmative Action for Workers with Disabilities
52.223-18    Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33    Payment by Electronic Funds TransferbSystem for Award Management
52.233-3    Protest After Award
52.233-4    Applicable Law for Breach of Contract Claim
52.239-1     Privacy or Security Safeguards
52.245-1    Government Property
52.245-9    Use and Charges

Quoters are reminded to 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
252.204-7008    Compliance with Safeguarding Covered Defense Information Controls
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.211-7007    Reporting of Government bFurnished Property
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7006    Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
252.247-7023    Transportation of Supplies by Sea- Basic

This announcement will close at 10:00AM (Hawaii Standard Time) on 8/30/2019.
Contact Amanda Zawieruszynski who can be reached at 808-473-7573 or email Amanda.zawieruszynsk@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 will be Lowest Price Technically Acceptable and a statement of taking no exception to the Performance Work Statement (PWS).

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.
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.
******* End of Combined Synopsis/Solicitation ********

Amanda Zawieruszynski 808-473-7573

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP