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 Parts 12 and 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 N00604-17-Q-4083. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334519 and the Small Business Standard is 500 employees. The proposed contract action is for a brand name only. The brand name and model number of the product is: FLIR Systems, Inc. IdentiFINDER R300 restricted version and on-site new equipment training. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Small Business Office concurs with the unrestricted decision.
NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing:
CLIN 0001, 3 each, FLIR Systems, Inc.
IdentiFINDER R300 Restricted Version
CLIN 0002, 1 group, On-Site new equipment training for CLIN 0001, must be authorized by manufacturer
Delivery is 60 days after receipt of order; Delivery Location is Federal Fire Department HQ, 650 Center Drive, Bldg 284, Honolulu, HI 96818. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Award of a Firm Fixed Price purchase order is anticipated. The basis for award will be Lowest Price Technically Acceptable (LPTA) and responsibility determination.
The following FAR provision and clauses are applicable to this procurement:
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 Agreeements or Statements
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
52.209-11 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 Alt I Offeror Representations and Certifications--Commercial Items (JAN 2017) 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--Commercial Items
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-28, Post Award Small Business Program Rerepresentation
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, 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 Transferââ¬âSystem for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.247-34 F.O.B.
Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
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 Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
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
The following attachments are applicable:
Attachment 1: FAR 52.209-11 Provision
Attachment 2: FAR 52.212-3, with Alt 1 Provision
Attachment 3: Brand Name Justification
Quoters are to include Attachment 1 FAR 52.209-11, and Attachment 2 FAR 52.212-3 Alt 1 (if there are any changes) with their quote.
**Failure to include these attachments as instructed may result in your offer being deemed unresponsive.**
This announcement will close at 10:00 AM Hawaii Standard Time on 11 September, 2017. Contact Jeffrey Geringer who can be reached at 808-473-7960 or email
[email protected]. Oral communications are not acceptable in response to this notice.
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.
Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********
Bid Protests Not Available