Combine Solicitation – Digital Readout Maintenance
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Digital Readout Maintenance
Classification Code: 49 - Maintenance & repair shop equipment
Solicitation Number: N39040-15-T-0024
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Portsmouth Naval ShipyardKittery, ME
Place of Performance (zipcode): 03904-5000
Place of Performance Country: US
Description:
Naval Sea Systems Command
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 13, under the guidance of FAR 6.302 -
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: http://www.acqnet.gov/far [www.acqnet.gov/far] and http://www.dtic.mil/dfars [http://www.acq.osd.mil/dpap/dfars/index.htm]. The NAICS code is 333512 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. This will be a "Not to Exceed (NTE) order.
Onsite evaluation, replacement and installation of digital readout systems, including all components and onsite training. Replacement includes installation, all components and onsite training of machinists. Systems are to be NEWALL DP-700 for all machines and are further described within Attachment 1. Period of performance:
Competitive evaluation will be on the basis of best labor rates and travel costs that are considered technically acceptable. Parts will be posted on invoices at list price and will be unknown until evaluation is conducted on individual machine requiring maintenance. Service potentially involves many machines in use that contain digital readout properties.
The following FAR provision and clauses are applicable to this procurement:
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 Government's 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
52.219-28, Post Award Small Business Program Representation
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 w/Disabilities (
52.222-37 -- Employment Reports on Veterans
52.222-41, Service Contract Labor Standards
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and
Option Contracts)
52.222-50, Combating Trafficking in Persons
52.223-3, Hazardous Material Identification & Material Safety Data
52.223-18, Contractor Policy to Ban Text Messaging while Driving (
52.225-13, Restriction on Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - CCR
52.204-7, System for Award Management
52.204-13, System For Award Management Maintenance
52.213-3, Notice to Suppliers
52.217-9, Option To Extend The Term Of The Contract
52.222-99, Establishing a Minimum Wage for Contractors. (DEVIATION)
52.223-11, Ozone Depleting Substances
52.225-13, Restrictions on Certain Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.242-15, Stop-Work Order
52.242-17, Government Delay of Work
52.252-2,
52.252-6 Authorized Deviations in Clauses
52.253-1 Computer Generated Forms
DFARS Clauses:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System For Award Management
252.223-7008 Prohibition of Hexavalent Chromium
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
252.247-7023 Transportation of Supplies by Sea
** Denotes comprehensive clauses (i.e., mandatory applicable clauses listed by reference)
Contracting Officer's point of contact is:
CORRESPONDENCE:
For mail sent by
Contract Division, Code 410
Bldg #153, 6th Floor
VENDOR ACCESS TO
Vendor access to
SAFETY: All representatives who have a need to enter the Controlled Industrial Area, or other areas specifically designated as safety hazardous, should provide themselves with safety head wear to be worn while in the area.
Vendors and/or subcontractors performing work on vendor-owned or government-owned plant facilities and equipment shall ensure that all
SECURITY: Commercial vehicles (automobiles) must have conspicuous contractor (company) identification (such as magnetic door-type signs) affixed to the outside of the vehicle if it is to enter the Controlled Industrial Area.
OSHA HEALTH & SAFETY CLAUSE
Vendors preparing specifications, designs or drawings for design, modification or procurement of plant facilities and equipment shall ensure that the appropriate
LIABILITY INSURANCE LIMITS
Pursuant to the terms of the clause of this contract entitled INSURANCE - LIABILITY TO THIRD PARTIES FAR 52.228-7), following are the kinds and minimum amounts of insurance required:
General liability: bodily injury liability insurance coverage written on the comprehensive form of policy--
Automobile liability insurance written on the comprehensive form of policy for bodily injury and property damage liability covering the operation of all automobiles operated in
Aircraft public and passenger liability when aircraft are used in connection with performing the contract--
WAGE DETERMINATION APPLICABLE SERVICE CONTRACT ACT
An attachment hereto sets forth the applicable Service Contract Act Wage Determination by the Secretary of Labor for the
This notice will close at
System for Award Management (SAM): Quoters must be registered, and registration current in the System for Award Management database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Please include price(s), FOB point, a point of contact, name and phone number, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Submittals may be made via email to [email protected] or via fax to (207) 438-4193. Submittals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the interested party to meet all specifications and requirements.
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.
Link/URL: https://www.fbo.gov/notices/2253a09ff4905599c660c876ab3e312e
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 1423 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News