Hawaii Bids > Bid Detail

J012 - Fire Suppression System Testing and Inspection (Annual)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159551475870287
Posted Date: Mar 27, 2023
Due Date: Mar 31, 2023
Solicitation No: N0060423Q4041
Source: https://sam.gov/opp/9c5391154a...
Follow
J012 - Fire Suppression System Testing and Inspection (Annual)
Active
Contract Opportunity
Notice ID
N0060423Q4041
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Mar 27, 2023 08:34 am HST
  • Original Date Offers Due: Mar 31, 2023 11:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Arizona Detachment BLDG 3, Hornet Ave, JBPHH, HI 96860
    USA
Description


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 the test program for commercial items found at FAR 13.5, 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 SAM.gov and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060423Q4041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Publication Notice 03-16-2023.
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 541990 and the Small Business Standard is $19.50 million. The proposed contract is 100 percent set aside for small business concerns

The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: fire suppression system inspection, certification, and repair services for Commander, Navy Region Hawaii (CNRH) located on Joint Base Pearl Harbor Hickam (JBPHH) in accordance with Attachment 2 - Performance Work Statement:

CLIN 0001:        Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Base Period, UI: EA QTY: 12
CLIN 0002:        Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2.
Base period. UI: GP
CLIN 0003:        Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Base Period, UI: GP

CLIN 1001:        Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option Period 1, UI: EA QTY: 12
CLIN 1002:        Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Option period 1, UI: GP
CLIN 1003:        Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 1, UI: GP

CLIN 2001:        Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option Period 2, UI: EA QTY: 12
CLIN 2002:        Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2.
Option period 2, UI: GP
CLIN 2003:        Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 2, UI: GP

CLIN 3001:        Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option period 3, UI: EA QTY: 12
CLIN 3002:        Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2. Option period 3, UI: GP
CLIN 3003:        Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 3, UI: GP

CLIN 4001:        Annual Inspection and Certification for the Fire Suppression Systems (in accordance with (IAW) the Performance Work Statement (PWS)), Option Period 4, UI: EA QTY: 12
CLIN 4002:        Reimbursable Parts Cost NTE $1,000.00 expressly identified in the PWS section 4.2.
Option period 4, UI: GP
CLIN 4003:        Reimbursable Service Cost NTE $1,620.00 as identified in section 4.2.4 in PWS, Option Period 4, UI: GP

Period of performance shall be as follows:
Base Period                 01 JUN 2023 - 31 MAY 2024
Option Year I                01 JUN 2024 - 31 MAY 2025
Option Year II                 01 JUN 2025 - 31 MAY 2026
Option Year III                 01 JUN 2026 - 31 MAY 2027
Option Year IV                 01 JUN 2027 - 31 MAY 2028

Delivery and Principle Performance Location is: Arizona Detachment BLDG 3 Hornet Avenue, JBPHH, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

Procedures in FAR 13.106 are applicable to this procurement.
While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors; a combination of price (both overall price and repair rate), and a determination of responsibility. Quoters are required to provide repair rate per hour with their quotes for CLINs 0003, 1003, 2003, 3003, and 4003.

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.
A complete quote in response to this Combined Synopsis/Solicitation must include a completed a quote, and a completed Attachment 1 and 2 - (1) FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and (2) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (only if your Reps and Certs are not current in SAM). 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.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible.
Such sources include but are not limited to the following: SAM, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS).
The Government intends to evaluate quotations and issue a contract based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary.
However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.

The following FAR provision and clauses are applicable to this procurement:

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan-17)
52.204-7        System for Award Management (Oct 2018)
52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards (Jun-20)
52.204-13        System for Award Management Maintenance (Oct-18)
52.204-16        Commercial and Government Entity Code Reporting (Aug-20)
52.204-18        Commercial and Government Entity Code Maintenance (Aug-20)
52.204-21        Basic Safeguarding of Covered Contractor Information Systems (Nov-21)
52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov-21)
52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)
52.204-25        Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)
52.204-26        Covered Telecommunications Equipment or Services--Representation (Oct-20)
52.204-7        System for Award Management        (Oct-18)
52.209-10        Prohibition on Contracting with Inverted Domestic Corporations (Nov-15)
52.209-6        Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment        (Nov-21)
52.212-1        Instructions to Offerors-Commercial Products and Commercial Services (Nov-21)
52.212-3        Offeror Representations and Certifications-Commercial Products and Commercial Services--Alternate I (Oct-14)
52.212-4        Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022)
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec-22)
52.217-5        Evaluation of Options (Jul-90)
52.217-9        Option to Extend the Term of the Contract (Mar-00)
52.219-28        Post-Award Small Business Program Representation (Oct-22)
52.219-6         Notice of Total Small Business Set-Aside        (Nov-20)
52.222-21        Prohibition of Segregated Facilities (Apr-15)
52.222-22        Previous Contracts and Compliance Reports (Feb-99)
52.222-26        Equal Opportunity (Sep-16)
52.222-3        Convict Labor (Jun-03)
52.222-36        Equal Opportunity for Workers with Disabilities (Jun-20)
52.222-41        Service Contract Labor Standards (AUG 2018)
52.222-42        Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-44        Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014)
52.222-50        Combating Trafficking in Persons (Nov-21)
52.222-51        Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May-14)
52.223-6        Drug-Free Workplace (May-01)
52.225-13        Restrictions on Certain Foreign Purchases (Feb-21)
52.232-33        Payment by Electronic Funds Transfer - System for Award Management (Oct 2018)
52.232-39        Unenforceability of Unauthorized Obligations (Jun-13)
52.232-40        Providing Accelerated Payments to Small Business Subcontractors (Nov-21)
52.233-3        Protest after Award (Aug-96)
52.233-4        Applicable Law for Breach of Contract Claim (Oct-04)
52.245-1        Government Property (Sep-21)
52.245-9        Use and Charges (Apr-12)
52.252-5        Authorized Deviations in Provisions (Nov-20)
52.252-6        Authorized Deviations in Clauses (Nov-20)

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 (Sep-11)
252.203-7002        Requirement to Inform Employees of Whistleblower Rights (Dec-22)
252.203-7005        Representation Relating to Compensation of Former DoD Officials (Sep-22)
252.204-7003        Control of Government Personnel Work Product (Apr-92)
252.204-7009        Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan-23)
252.204-7015        Notice of Authorized Disclosure of Information for Litigation Support (Jan-23)
252.204-7016        Covered Defense Telecommunications Equipment or Services-Representation (Dec-19)
252.204-7017        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May-21)
252.204-7018        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan-23)
252.209-7010        Critical Safety Items (Aug-11)
252.211-7003        Item Unique Identification and Valuation (Jan-23)
252.211-7007        Reporting of Government-Furnished Property (Aug-12)
252.219-1        Small Business Program Representations--Alternate I (Sep-15)
252.223-7008        Prohibition of Hexavalent Chromium (Jan-23)
252.225-7001        Buy American and Balance of Payments Program-Basic (Jan-23)
252.225-7012        Preference for Certain Domestic Commodities (Apr-22)
252.225-7048        Export-Controlled Items (Jun-13)
252.225-7055        Representation Regarding Business Operations with the Maduro Regime         (May-22)
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime (Jan-23)
252.225-7972        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (May-20)
252.225-7973        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) (May-20)
252.232-7003        Electronic Submission of Payment Requests and Receiving Reports (Dec-18)
252.232-7006        Wide Area WorkFlow Payment Instructions (Jan-23)
252.232-7010        Levies on Contract Payments (Dec-06)
252.237-7010        Prohibition on Interrogation of Detainees by Contractor Personnel (Jan-23)
252.244-7000        Subcontracts for Commercial Items (Jan-23)
252.246-7003        Notification of Potential Safety Issues (Jan-23)
252.246-7008        Sources of Electronic Parts (Jan-23)
252.247-7023        Transportation of Supplies by Sea-Basic (Jan-23)

Contract Provisions and Clauses Specific to Cost Reimbursable CLIN(s) only

52.242-1        Notice of Intent to Disallow Costs (Apr-84)
52.243-2        Changes-Cost Reimbursement        (Aug-87)
52.246-3        Inspection of Supplies-Cost-Reimbursement (May-01)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
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/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
This announcement will close at 2359 HST on xx MAR 2023.
Contact Paul Carrara who can be reached at 808-783-6903 or email paul.j.carrara.civ@us.navy.mil. 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.

Attachments:

1.        Parts and Serial Numbers for Installed Fire Equipment
2.        Performance Work Statement (PWS)
3.        FAR 52.212-3 and Alt 1
4.        FAR 52.204-24 Representation Regarding Certain Telecommunications

******* End of Combined Synopsis/Solicitation ********
Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 27, 2023 08:34 am HSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >