The RFP Database
New business relationships start here

USS HOPPER SHIPBOARD HABITABILITY FURNITURE UPGRADES


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 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060419Q4025. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Publication Notice 20181031. 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. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision.

NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing CLIN 0001 below, which includes all materials, shipping, and labor required for the USS HOPPER habitability project to upgrade the wardroom, Commanding Officerbs cabin, Executive Officerbs cabin, CSObs Stateroom, Command Master Chiefbs office, CPO Mess and Lounge, crew training room, mess deck, Missing In Action (MIA) Corner, messdeck serving line and staterooms deck in accordance with the Statement of Work included herein.


CLIN        DESCRIPTION            QTY        U/I        TOTAL PRICE
0001        USS HOPPER UPGRADE    1        Group        $             
        
Work is anticipated to commence on 15 APRIL 2019.
Place of Performance: USS HOPPER, Joint Base Pearl Harbor Hickam, HI

Responsibility and Inspection: Unless otherwise specified in the order, the vendor is responsible for the performance of all inspection requirements and quality control.

This requirement will result in a Firm-Fixed Price (FFP) purchase order.

The method of payment will be by Wide Area Workflow.

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/.


Attachments:
1.    Statement of Work
2.    Pricing Matrix
3.    FAR 52.212-3 and Alt I Offeror Representations and Certifications. If your annual representations and 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.

Questions regarding the solicitation: Questions shall be submitted electronically to patricia.murakami@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ # N0060419Q4025 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 10:00 AM (Hawaii Standard Time) on 19 March 2019.
Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.

Quotes: This announcement will close at 10:00 AM (Hawaii Standard Time) on 25 March 2019. Quotes shall be submitted electronically via email to Patricia Murakami, email patricia.murakami@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.

All quotes shall include price(s) for all items in the Pricing Matrix, FOB point, a point of contact, name and phone number, business size, CAGE code and payment terms.
Quoters are advised that delays can be experienced with the Governmentbs email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements.

It is emphasized that this combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the quoters interested in competing for this requirement.
The procedures of FAR Part 15.3 do not apply to this source selection. While not an all-inclusive list, some examples of FAR 15.3 requirements that do not apply are the late is late rule, competitive range determinations, the FAR Part 15.3 rules for discussions, formal evaluations plans, and formal evaluation documentation. Note also that any references in the solicitation to offer/offeror shall be deemed to mean quotation/quoter.

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


Price: Quoters shall submit a price for each item in the Pricing Matrix spreadsheet, which includes a breakdown of their quote showing the price per supply, labor, and shipping. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).

Technical: The Quoterbs technical acceptability will be evaluated against the requirements in the Statement of Work. The Quoterbs quote must clearly state that all services will be provided as requested and the Quoter does not take any exceptions to the Statement of Work requirements in their entirety.
Technical Acceptability will be rated on an bacceptableb or bunacceptableb basis using the ratings in the table below.

Technically Acceptable/Unacceptable Ratings
Adjectival Rating    Description
Acceptable    Offer clearly meets the minimum technical requirements of the solicitation
Unacceptable    Offer does not clearly meet the minimum technical requirements of the solicitation

Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible.
Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS).

Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoterbs initial quotation should contain the Quoterbs best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary.
However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoterbs responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.


The following FAR provision and clauses are applicable to this procurement:
FAR    TITLE
52.203-6    Restrictions on Subcontractor Sales to the Government Alt I
52.204-7    System for Award Management
52.204-10    Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13    SAM Maintenance
52.204-16    Commercial and Government Entity Code Reporting
52.204-18    CAGE Maintenance
52.209-6    Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-11    Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 (DEV)    Instructions to Offerors (DEVIATION 2018-O0017)
52.212-3, Alt.
1    Offeror Reps and Certs
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
52.219-6    Notice of Total Small Business Aside
52.219-8    Utilization of Small Business Concerns
52.219-28    Post Award Small Business Program Rerepresentation
52.222-3    Convict Labor
52.222-19    Child LaborbCooperation with Authorities and Remedies
52.222-21    Prohibition of Segregated Facilities
52.222-26    Equal Opportunity
52.222-35    Equal Opportunity for Veterans
52.222-37    Employment Reports on Veterans
52.222-40    Notification of Employee Rights Under the National Labor Relations Act
52.222-50    Combating Trafficking in Persons
52.222-54    Employment Eligibility Verification
52.223-18    Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13    Restrictions on Certain Foreign Purchases
52.232-33    Payment by Electronic Funds Transfer--System for Award Management
52.232-39    Unenforceability of Unauthorized Obligations
52.232-40    Providing Accelerated Payments to Small Business Subcontractors
52.247-34    FOB Destination

Applicable FAR Provisions and Clauses by Full Text:

FAR 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST)

(a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(1) ASSIST (https://assist.dla.mil/online/start/);
(2) Quick Search (http://quicksearch.dla.mil/);
(3) ASSISTdocs.com (http://assistdocs.com).

(b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) byb
(1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

FAR 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. (End of Provision)

FAR 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/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause)

The following DFARS provision and clauses are applicable to this procurement (By Reference):
DFARS    TITLE
252.203-7000    Requirements Relating to Compensation of Former DOD Officials
252.203-7002    Requirement to Inform Employees of Whistleblower Rights
252.204-7003    Control of Government Personnel Work Product
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    Notice of Authorized Disclosure of Information for Litigation Support
252.213-7000    Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.223-7008    Prohibition of Hexavalent Chromium
252.225-7001    Buy American and Balance of Payments Program--Basic
252.225-7002    Qualifying Country Sources as Subcontractors
252.225-7012    Preference for Certain Domestic Commodities
252.225-7048        Export-Controlled Items
252.232-7003    Electronic Submission of Payment Requests
252.232-7006    Wide Area WorkFlow Payment Instructions
252.232-7010    Levies on Contract Payments
252.244-7000    Subcontracts for Commercial Items
252.247-7023    Transportation of Supplies by Sea

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

PATRICIA MURAKAMI 8084737901

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP