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 SAM (https://sam.gov/) and NECO (https://www.neco.navy.mil)
The RFQ number is N0060421Q4054. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Publication Notice 20210603. 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 337214 and the Small Business Standard is 1,000 employees.
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government.
A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Small Business Office concurs with the acquisition strategy.
The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Office requests responses from qualified sources capable of providing acoustic extension panels in accordance with Attachment 1 – Furniture List and Attachment 2 – Statement of Work (SOW) for the NAVSUP FLCPHs Code 097 Business Systems Center (BSC) Department and Code 200 Contracting Department.
CLIN 0001: Code 097 Extension Panels
CLIN 0002: Freight
CLIN 0003: Installation of Extension and Brackets
CLIN 0004: Painting of Brackets
CLIN 0005: Code 200 Extension Panels
CLIN 0006: Shipping
CLIN 0007: Delivery and Installation
Quoters shall complete Attachment 4: 52.212-3 and Attachment 5: 52.204-24 in addition to submitting their quote. Quote shall also contain shipping costs to FOB Destination 1942 Gaffney Street, Building 475, 2nd Floor, Joint Base Pearl Harbor Hickam, HI.
The Required Delivery Date (RDD) is 90 days after contract award.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The method of payment will be Wide Area Workflow (WAWF).
This requirement will result in a Firm-Fixed Price (FFP) purchase order.
Attachments:
Questions regarding the solicitation: Questions shall be submitted electronically to [email protected]. Oral queries will not be accepted. Emails sent to this address shall clearly
reference the RFQ # N0060421Q4054 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 06 July 2021. 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.
A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 4 – 52.212-3 Alt 1 Reps & Certs (if Reps & Certs are not current in SAM) and Attachment 5 – 52.204-24.
FAR Provisions and Clauses:
The following FAR provision and clauses are applicable to this procurement:
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
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)
52.212-4 Contract Terms and Conditions—Commercial Items
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Works w/ 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
52.222-19 Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)
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
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
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:
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 DoD Antiterrorism Awareness Training for Contractors
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
252.204-7016 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
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement
252.211-7003 Item Unique Identification and Valuation
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
252.225-7012 Preference for Certain Domestic Commodities
252.225-7048 Export-Controlled Items
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)
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
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003)
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea--Basic
Quotation Submittal Deadline:
This announcement will close at 10:00 AM (Hawaii Standard Time) on 12 July 2021. Contact Liane Pekelo-Passmore who can be reached via email at [email protected]. Quotes shall be submitted electronically via email to Liane Pekelo-Passmore, 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a combination of price and a determination of responsibility.
Price: Quoters shall submit a price for each item listed in this Notice. 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).
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), Supplier Performance Risk System (SPRS), 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 Quoter’s initial quotation should contain the Quoter’s 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 Quoter’s 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.
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. Quoters are advised that delays can be experienced with the
Government’s 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.
******* End of Combined Synopsis/Solicitation ********