This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 FEDBIZOPPS (http://www.fbo.gov). The Request For Quote (RFQ) number is N3904017T0275. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the Small Business Standard is $20.5 million dollars.
The proposed contract is 100% set aside for small business concerns. The Portsmouth Naval Shipyard Detachment San Diego requests responses from qualified sources capable of providing: Rotary File Preventive Maintenance and Repair. Period of performance: One year from date of contract with options for an additional two years.
CLINs 0001 through 0006: Preventive Maintenance, calibration, training, unplanned repairs and parts for five (5) different Rotary File units.
CLINs 1001 through 1006: Option for Preventive Maintenance, calibration, training, unplanned repairs and parts for five (5) Rotary File units
CLINs 2001 through 2006: Option for Preventive Maintenance, calibration, training, unplanned repairs and parts for five (5) Rotary File units
The following FAR provisions and clauses are applicable to this procurement:
52.204-7, System for Award Management
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 - Commercial Items including:
52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Representation
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010)
52.222-50, Combating Trafficking in Persons
52.223-11, Ozone Depleting Substances
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)
52.225-13, Restriction on Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unforceability of Unauthorized Obligations
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.204-2, Security Requirements
52.204-7, System For Award Management
52.204-13, System For Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations
52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
52.211-15, Defense Priority and Allocation Requirements
52.213-3, Notice to Suppliers
52.217-9, Option to Extend the Term of the Contract
52.222-22, Previous Contracts and Compliance Reports
52.225-13, Restriction on Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.232-36, Payment by Third Party
52.232-39, Providing Accelerated Payments to Small Business Subcontractors
52.232-40, Unenforceability of Unauthorized Obligations
52.222-41, Service contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
52.237-2, Site Visit
52.242-15, Stop-Work Order
52.242-17, Government Delay of Work
52.247-34, F. O. B. Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
52.252-5, Authorized Deviations in Provisions
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms
DFARS Clauses:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System For Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048, Export Controlled Items
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference in FAR 52.212-5)
SITE VISIT: Interested vendors may attend a site visit at the following date and time:
July 10, 8:00 a.m.
Interested parties are to provide name and contact information to the Contract Specialist identified below no later than June 29th, 2017. Additional information may be required which has not yet been identified. No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard Detachment San Diego and adjacent areas. Proof of citizenship may be required. Entrance of foreign nationals requires approval.
CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD DETACHMENT SAN DIEGO(F7F500)
Consign Parcel Post shipments to San Diego, CA 92106.
Consign all truck shipments, and rail shipments of 10,000 lbs and over to San Diego, CA 92106. Consign Air Shipments to Receiving Officer, Portsmouth Naval Shipyard Detachment San Diego, San Diego, CA.
Mark shipping documents "Notify Receiving Officer, Portsmouth Naval Shipyard Detachment San Diego prior to arrival for delivery instructions. Telephone (619) 572-9339".
NOTICE: CARRIER'S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD DETACHMENT SAN DIEGO MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION.
Except by special arrangement, shipments will be received only between the hours of 7:30 AM and 3:00 PM local time, Monday through Friday. (Federal Holidays excepted.)
Contracting Officer's point of contact is:
Gisela Gauthier, Code 410 Tel: 207-438-3874, Gisela.gauthier@navy.mil
Fax: 207-438-4193
CORRESPONDENCE:
For mail sent by United States Postal Service, address correspondence to Portsmouth, NH 03801 as shown in the "Issued by" block on Page 1. Communications subject to strict time constraints should be made via e-mail or fax, rather than via U.S. Postal Service. Correspondence sent by other carriers, e.g. FedEx, UPS, etc., should be addressed to:
Contract Division, Code 410
EB-4
Portsmouth Naval Shipyard
Kittery, ME 03904
This notice will close at 16:00 PM EDT on July 21, 2017. Contact Gisela Gauthier, who can be reached via email: Gisela.gauthier@navy.mil. Oral communications are not acceptable in response to this notice. Interested parties may submit a statement describing their capabilities which shall be considered by the agency.
Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, DUNS #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to gisela.gauthier@navy.mil or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements.
Gisela Gauthier, Contract Specialist, Phone 2074383874, Fax 2074384193, Email gisela.gauthier@navy.mil