This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR 13 for commercial items 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 N0060420Q4075. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Publication Notice 20200831. 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 333618 and the Small Business Standard is 1500. The proposed contract action is for a brand name only; and 100% set aside for small business concerns. The brand name and model number of the product(s) are on the attached Westerbeke parts list. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Small Business Office concurs with the set-aside decision.
The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing:
CLIN 0001: Westerbeke parts in accordance with the attached Westerbeke Parts List.
Includes shipping to JBPHH, HI 96860.
Attachments:
Attachment 1 â Westerbeke Parts List
Attachment 2 â FAR 52.204-24, IMPORTANT SUBMIT WITH YOUR QUOTE COMPLETED (d) Representation sub-paragraphs (1) âwillâ or âwill notâ and (2) âdoes or âdoes notâ.
Attachment 3 â FAR 52.212-3 and Alt I, IMPORTANT SUBMIT WITH YOUR QUOTE if SAM representations and certifications are current complete only paragraph (b).
Attachment 4 â Brand Name Justification Redacted
Delivery is 30 days ARO; Delivery Location is Arizona Detachment BLDG 3 Hornet Avenue JBPHH, HI 96860. 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
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment
52.212-1 Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018)
52.212-3 Offeror Representations and Certifications - Commercial Items and Alternate I
52.212-4 Contract Terms and Conditions - Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders â 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
Kapersky Lab and Other Covered Entities.
52.204.25 Prohibition of Contracting for Certain Telecommunications and Video Services Surveillance
Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Partial Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
52.219-33 Non-Manufacturer Rule
52.222-3 Convict Labor
52.222-19 Child LaborâCooperation with Authorities and Remedies (DEVIATION 2020-O0019)
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
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 TransferâSystem for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.219-19 CHILD LABORâCOOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020)
(a) Applicability.
This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured inâ
(1) Israel, and the anticipated value of the acquisition is $50,000 or more;
(2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or
(3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia,
Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more.
(b) Cooperation with Authorities.
To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials.
(c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations:
(1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products.
(2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury.
(3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes.
(4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor.
(The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.)
(d) Remedies.
(1) The Contracting Officer may terminate the contract.
(2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4.
(3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4.
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
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):
FAR Provisions: https://www.acquisition.gov/browse/index/far
DFARS Provisions: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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):
FAR Clauses: https://www.acquisition.gov/browse/index/far
DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of â(DEVIATION)â after the date of the provision.
(b) The use in this solicitation of any ______________ [insert regulation name] (48 CFR Chapter______) provision with an authorized deviation is indicated by the addition of â(DEVIATION)â after the name of the regulation.
(End of provision)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of â(DEVIATION)â after the date of the clause.
(b) The use in this solicitation or contract of any _____ [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of â(DEVIATION)â after the name of the regulation.
(End of clause)
Quoters shall include completed copies of 52.204-24 (Attachment 2), and 52.212-3 and ALT I (Attachment 3) with the 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
252.204-7003 Control of Government Personnel Work Product
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
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments ProgramâBasic
252.225-7012 Preference for Certain Domestic Commodities
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
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
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 11:00AM Hawaii Standard Time on 9/21/2020.
Contact Nelson Uehara who can be reached at email
[email protected]. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency.
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.
Bid Protests Not Available