SOLE SOURCE Maintenance/Testing/Inspection Support
This is a combined synopsis/solicitation for a SOLE SOURCE requirement for Johnson Controls Fire Protection LP for items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisiti... This is a combined synopsis/solicitation for a SOLE SOURCE requirement for Johnson Controls Fire Protection LP for items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N3904019RC90579 and is a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2019-2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The North American Industry Classification System (NAICS) is 561621. The Small Business Size Standard is $20.5 Million. This is not a small business set aside. Portsmouth Naval Shipyard intends to negotiate, and award, to the lowest technically acceptable quote. This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 12. The contractor shall provide the following service: Please review the attached Statement of Work. The following are FAR clauses that can be found at the following website http://farsite.hill.af.mil/: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (JAN 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-2 Security Requirements (AUG 1996) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership or Control of Offeror (JUL 2016) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018) 52.212-3 Offeror Representations and Certifications-Commercial Items--Alternate I (OCT 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JAN 2019) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate--Alternate I (MAY 2014) 52.232-25 Prompt Payment (JAN 2017) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) 52.232-36 Payment by Third Party (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.242-17 Government Delay of Work (APR 1984) 52.243-1 Changes-Fixed Price (AUG 1987) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following are DFARS clauses that can be found at the following website http://farsite.hill.af.mil/vmdfara.htm: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (MAR 2018) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American and Balance of Payments Program-Basic (DEC 2017) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2017) 252.225-7031 Secondary Arab Boycott of Israel (JUN 2005) 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program-Basic (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.231-7000 Supplemental Cost Principles (DEC 1991) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea - Basic (FEB 2019) The following are NAVSEA HQ clauses that can be made available upon request: C-223-H003 Exclusion of Mercury (NAVSEA) (MAR 2019) C-223-H004 Management and Disposal of Hazardous Waste C-223-N001 Radiological Indoctrination, Postings and Instructions C-223-N002 Restrictions on Use of Yellow Material C-228-H002 Minimum Insurance Requirements (NAVSEA) (JAN 2019) D-247-H002 Packaging of Supplies-Basic (NAVSEA) (OCT 2018) D-247-H004 Marking and Packing List(s)-Basic (NAVSEA) E-246-H016 Inspection and Acceptance of F.O.B. Destination Deliveries (NAVSEA) (OCT 2018) F-247-H004 Restrictions for Shipping to Military Air or Water Port/Terminal F-247-N002 Instructions for Deliveries to the Portsmouth Naval Shipyard (NAVSEA) (MAR 2019) G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) (JAN 2019) G-242-H001 Government Contract Administration Points-of-Contract and Responsibilities (NAVSEA) (OCT 2018) This announcement will close at 3:00 PM Eastern Time on Thursday August 9TH 2019. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: tana.anderson@navy.mil System for Award Management (SAM): Vendors must be registered in the SAM database in order for quotes to be evaluated for an award to be made. Registration is free and can be completed on-line at https://sam.gov/SAM/ All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »