HAYSTACK Gold
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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. The RFQ number is N5005413RCHB146. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808.
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 519190 and the Small Business Standard is $25.5 Million.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 proposals 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 NAVSUP Fleet Logistics Center - Norfolk requests responses from qualified sources capable of providing: 1.) Haystack Gold Logistics Service with the Navy APL/AEL Service via the Internet, with Updating Service (20 Users, 72 Locations), & 2.) Haystack Gold Logistics Service with the Navy APL/AEL Service via DVD with Updating Service (72 Users, 72 Locations)
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:
52.203-3 |
Gratuities |
52.204-4 |
Printed or Copied Double-Sided on Recycled Paper |
52.204-7 |
Central Contractor Registration |
52.204-13 |
Central Contractor Registration Maintenance |
52.212-1 |
Instructions to Offerors--Commercial Items |
52.212-3, 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 |
52.203-6 |
Restrictions on Subcontractor Sales to The Government |
52.203-6 |
Restrictions on Subcontractor Sales to The Government - Alternate I |
52.204-10 |
Reporting Executive Compensation and First-Tier Subcontract Awards |
52.209-6 |
Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. |
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 Labor-Cooperation with Authorities and Remedies |
52.222-21 |
Prohibition of Segregated Facilities |
52.222-26 |
Equal Opportunity |
52.222-35 |
Equal Opportunity for Veterans |
52.222-36 |
Affirmative Action for Workers with Disabilities. |
52.222-37 |
Employment Reports on Veterans |
52.222-40 |
Notification of Employee Rights Under the National Labor Relations Act |
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-Central Contractor Registration |
52.217-5 |
Evaluation of Options |
52.217-9 |
Option to Extend the Term of the Contract |
52.215-20 |
Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data |
52.225-25 |
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. |
52.233-2 |
Service of Protest |
52.252-1 |
Solicitation Provisions Incorporated by Reference |
52.252-2 |
Clauses Incorporated by Reference |
52.247-34 |
F.O.B. Destination |
Quoters are reminded to 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:
|
|
252.203-7005 |
Representation Relating to Compensation of Former DoD Officials |
252.204-7003 |
Control of Government Personnel Work Product |
252.204-7004 Alt A |
Central Contractor Registration Alternate A |
252.209-7001 |
Disclosure of Ownership ... Terrorist Country |
252.209-7004 |
Subcontracting With Firms ... Terrorist Country |
252.211-7003 |
Item Identification and Valuation |
252.212-7000 |
Offeror Reps and Certs - Commercial Items |
252.212-7001 |
Contract Terms and Conditions Required to Implement Statutes Executive Orders Applicable to Defense Acquisitions of Commercial Items |
252.203-7000 |
Requirements Relating to Compensation of Former DoD Officials |
252.225-7001 |
Buy American and Balance of Payments Program |
252.225-7012 |
Preference for Certain Commodities |
252.232-7003 |
Electronic Submission of Payment Requests and Receiving Reports |
252.237-7010 |
Prohibition on Interrogation of Detainees by Contractor Personnel |
252.243-7002 |
Requests for Equitable Adjustment |
252.247-7023 |
Transportation of Supplies by Sea |
252.225-7000 |
Buy American - Balance of Payments Program Certificate |
252.225-7002 |
Qualifying Country Sources as Subcontractors |
252.225-7012 |
Preference for Certain Domestic Commodities |
252.223-7008 |
Prohibition of Hexavalent Chromium |
252.232-7006 |
Wide Area Workflow Payment Instructions |
252.232-7010 |
Levies on Contract Payments |
5252.243-9400 |
Authorized Changes by the KO |
This announcement will close at 1:00 p.m. (EST) on Tuesday, 3 September, 2013.
Contact Scott Stewart who can be reached at 757-443-5612 or 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.
System for Award Management (SAM) [Formerly CCR - Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/ .
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 shall be submitted via email to scott.e.stewart1@ navy.mil (quotes in excess of 15 pages will not be considered). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********