This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 12, 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 N0060418R4030. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20181001.
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 488310 and the Small Business Standard is $38.5 million. The proposed solicitation will be conducted as a sole source to the incumbent contractor. A Sole Source Justification has been submitted and approved by the Contracting Officer.
The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests a response from the current incumbent contractor:
Requirement Description:
Request for Miscellaneous reimbursable services and various supply items as detailed in the following attachments:
Attachment 1 b Performance Work Statement for Services
Attachment 2 b SAMPLE List of Supply Items
Attachment 3 b Reps and Certs Clause FAR 52.212-3
The following FAR provision and clauses are applicable to this procurement:
52.203-3 Gratuities
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Awards Management
52.204-13 System for Awards Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 CAGE Maintenance
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.209-5 Certification Regarding Responsibility Matters
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law
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 Items
52.203-6 with Alt I, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child 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, Employment Reports on Disabled Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-13, Restriction on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferbCentral Contractor Registration
52.222-41, Service Contract Act of 1965
52.222-42, Statement of Equivalent Rates for Federal 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.
52.222-44 Fair Labor Standards Act-Price Adjustment
52.222-55 Minimum Wages Under Executive Order 13658
52.252-1, Solicitation Provisions Incorporated By Reference - 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/far/, and http://farsite.hill.af.mil/vfdfara.htm
52.252-2, Clauses Incorporated By Reference - 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/far/ http://farsite.hill.af.mil/vfdfara.htm
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of
Protest
52.233-2 Service of Protest
52.233-3 Protest After Award
52.237-1, Site Visit
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
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
252.203-7002 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 Alt A System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.209-7004 Subcontracting w/ Firmsb&Terrorist Country
252.222-7007 Representation Regarding Combating Trafficking in Persons
252.225-7048 Export-Controlled Items
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
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
252.247-7023 Transportation of Supplies by Sea
Quotes and Attachment 3 shall be submitted no later than 1600 hours HST on 22 Oct 2018 to the Contracting Office Point of Contact (POC).
The POC is Mr. Curtis Chang who can be reached at (808) 473-7569. Direct email: Curtis.chang@navy.mil. All quotes shall be submitted to the POC via email. Late quotes will not be considered. Any delays that cause a quote to be late are not the responsibility of the government agency and such late quotes will not be accepted. All questions shall be submitted via e-mail to: Curtis.chang@navy.mil
by 1000 hours HST 18 Oct 2018. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (SAM): Offers 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. Quotes by facsimile will not be accepted. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********
Curtis Chang 808-473-7569 Curtis Chang email: Curtis.chang@navy.mil