Search Contract Opportunities

Various Reimbursable supply items and incidental services for current Torpedo Weapons Retrieval (TWR) contract.   2

ID: N0060418R4030 • Type: Synopsis Solicitation

Description

Posted: Oct. 25, 2018, 7:17 p.m. EDT
The purpose of Amendment 03 to solicitation N0060418R4030 is for the following: 1. Replace the Performance Work Statement (PWS) in solicitation from Amendment 02, with Revised PWS (Amd 03). See attached; 2. Ensure that non-priced quote includes concurrence statement that contractor takes no exception to the PWS. 3. The solicitation closing date and time, 25 Oct 2018, at 1600 HST, remain unchanged as stated in Amendment 02.
Posted: Oct. 24, 2018, 9:28 p.m. EDT
Posted: Oct. 22, 2018, 9:18 p.m. EDT
Posted: Oct. 14, 2018, 10:25 p.m. EDT
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 12, 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 N0060418R4030. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20181001. 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 488310 and the Small Business Standard is $38.5 million. The proposed solicitation will be conducted as a sole source to the incumbent contractor. A Sole Source Justification has been submitted and approved by the Contracting Officer. The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests a response from the current incumbent contractor: Requirement Description: Request for Miscellaneous reimbursable services and various supply items as detailed in the following attachments: Attachment 1 Performance Work Statement for Services Attachment 2 SAMPLE List of Supply Items Attachment 3 Reps and Certs Clause FAR 52.212-3 The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 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 Agreements or Statements 52.204-7 System for Awards Management 52.204-13 System for Awards Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5 Certification Regarding Responsibility Matters 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 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 52.203-6 with Alt I, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government TMs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 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 Disabled Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires: In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 52.222-44 Fair Labor Standards Act-Price Adjustment 52.222-55 Minimum Wages Under Executive Order 13658 52.252-1, Solicitation Provisions Incorporated By Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/, and http://farsite.hill.af.mil/vfdfara.htm 52.252-2, Clauses Incorporated By Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ http://farsite.hill.af.mil/vfdfara.htm 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of Protest 52.233-2 Service of Protest 52.233-3 Protest After Award 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 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 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 of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7004 Subcontracting w/ Firms Terrorist Country 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7048 Export-Controlled Items 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Quotes and Attachment 3 shall be submitted no later than 1600 hours HST on 22 Oct 2018 to the Contracting Office Point of Contact (POC). The POC is Mr. Curtis Chang who can be reached at (808) 473-7569. Direct email: Curtis.chang@navy.mil. All quotes shall be submitted to the POC via email. Late quotes will not be considered. Any delays that cause a quote to be late are not the responsibility of the government agency and such late quotes will not be accepted. All questions shall be submitted via e-mail to: Curtis.chang@navy.mil by 1000 hours HST 18 Oct 2018. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Offers 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, business size, and payment terms. Quotes by facsimile will not be accepted. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********

Overview

Response Deadline
Oct. 25, 2018, 1:00 a.m. EDT (original: Oct. 22, 2018, 1:00 a.m. EDT) Past Due
Posted
Oct. 14, 2018, 10:25 p.m. EDT (updated: Oct. 25, 2018, 7:17 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Signs of Shaping
80% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 10/14/18 NAVSUP Fleet Logistics Center Pearl Harbor issued Synopsis Solicitation N0060418R4030 for Various Reimbursable supply items and incidental services for current Torpedo Weapons Retrieval (TWR) contract. due 10/25/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 488310 (SBA Size Standard $47 Million) and PSC M.
Primary Contact
Name
CURTIS CHANG 808-473-7569
Email
Phone
None

Documents

Posted documents for Synopsis Solicitation N0060418R4030

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N0060418R4030

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0060418R4030

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0060418R4030

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0060418R4030

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC PEARL HARBOR > NAVSUP FLT LOG CTR PEARL HARBOR
FPDS Organization Code
1700-N00604
Source Organization Code
100226787
Last Updated
Dec. 6, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 6, 2018