This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.1, 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 (http://www.neco.navy.mil/). The RFQ number is SPMYM1-11-T-0178. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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 321992 and the Small Business Standard is 500 employees. This is a 100% set aside for small business concerns.
Defense Logistics Agency, Maritime Norfolk, Contracting Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for:
The following:
CLIN 0001, REQN: N4215811610729, QTY (6) each, 12 FT octagon shape gazebos with clear wood finish, architectural shingles (single), salt treated lumber, single step up floor , standard rails/posts and 7 benches to fit inside perimeter, price must include freight.
Delivery is required within 5 weeks after receipt of order.
Vendor shall annotate their best delivery date(s) in their quotes. Delivery is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination.
The following FAR provision and clauses are applicable to this procurement:
52.204-7 Central Contractor Registration
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
52.204.10 Reporting Executive Compensation and First-Tier Subcontract
Awards.
52.209.6 Protecting the Governmentââ¬â¢s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.219-6 Notice of Total Small Business Set-Aside.
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;
52.222-35 Equal Opportunity for Special Disabled Veterans
52.222-36 Affirmative Action for Workers with Disabilities;
52.222-37 Employment Reports on Disabled Vets
52.225-13 Restrictions on Certain Foreign Purchases;
52.223-18 Contractor Policy to Ban Text Messaging While Driving;
52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration;
52.252-1 Solicitation Provisions Incorporated by Reference.
52.252-5 Authorized Deviations in Provisions.
52.215-6 Authorized Deviations in Clauses.
52.247-34,F.O.B ââ¬â Destination.
Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.209-7001 Disclosure of Ownership of Control by a Foreign Government
DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
DFARS 252.211-7006 Radio Frequency Identification
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items;
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including
DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate;
52.203-3 Gratuities
DFARs 252.225-7001 Buy American Act and Balance of Payment Program;
DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals
DFARS 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals
DFARS 252.225-7012 Preference for Certain Commodities
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.225-7036 Buy American Act--Free Trade Agreements-- Balance of Payments Program, and ALT I.
DFARS 252.232-7003 Electronic Submission of payment requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.247-7023 Transportation of Supplies by Sea and ALT III
DFAR 252.204-7003 Control of Government Personnel Work Product.
DFAR 252.223-7008 Prohibition of Hexavalent Chromium.
DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration;
DFARS 252.211-7003 Item Identification and Valuation.
All clauses shall be incorporated by reference into any eventual purchase order.
DFARS 252.225-7035 Buy American Act-Free Trade Agreements Balance of Payments Programs Certificate.
All clauses shall be incorporated by reference into any eventual purchased order.
At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D.
#, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 12:00 p.m. on 01 Sep 2011. Contact Michael R. Jackson who can be reached at 757-396-8354 or email
[email protected], fax 757-396-8017. [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.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency.
[Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery.
Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.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. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES)
(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):
(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293).
(2) WAWF Vendor ââ¬ÅQuick Referenceââ¬ï¿½ Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.
(3) Select the invoice type within WAWF as specified below.
Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.
(b) The following information, regarding invoice routing DODAACââ¬â¢s, must be entered for completion of the invoice in WAWF:
Routing Table Contracting Officer Notes
WAWF Invoice Type COMBO
Contract Number
Delivery Order Number
Issuing Office DODAAC SPMYM1
Admin Office DODAAC SPMYM1
Inspector DODAAC (usually only used when Inspector & Acceptor are different people)
Ship To DoDAAC (for Combo),
Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N42158
Acceptance At Other
Local Processing Office (Certifier) N42158
DCAA Office DODAAC (Used on Cost Voucherââ¬â¢s only)
Paying Office DODAAC N68732
Acceptor/COR Email Address
[email protected]
(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS.
Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor.
(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:
Name Email Phone Role
******* End of Combined Synopsis/Solicitation ********
Bid Protests Not Available