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 for commercial items found at FAR 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 BetaSAM.gov and NECO (https://www.neco.navy.mil/).
⢠The RFQ number is N0060420Q4045. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Publication Notice 20200605.
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 532111 and the Small Business Standard is $41.5 million. The proposed contract is 100% set aside for small business concerns. 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 1 Group, Rental of twenty (20) 15-passenger vans in accordance with the Statement of Work (SOW).
Period of performance is 0800 20-JUL-2020 to 0800 29-JUL-2020; Place of Performance is Naval Base Guam.
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 the Governmentwide Purchase Card (GPC).
Attachments:
1. Statement of Work
2. FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items
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 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 â Commercial
Items.
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or
Equipment
52.209-6 Protecting the Governmentâs Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008)
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
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
52.232-36 Payment by Third Party
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes.
If your Representations and Certifications are current in the System for Award Management (SAM), complete only paragraph (b) on page 4 by filling out âN/Aâ in paragraph (b).
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
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.204-7016 Covered Defense Telecommunications Equipment or ServicesâRepresentation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
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 1300 Hawaii Standard Time on 7/16/2020.
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.
Procedures in FAR 13.106 are applicable to this procurement. Evaluation will be lowest price technically acceptable (LPTA).
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.
Please email
[email protected] Subject Line N0060420Q4045 by the closing date and time listed above with your quote and 52.212-3.
Bid Protests Not Available