NOTICE TO INTERESTED PARTIES
1. This solicitation is for the procurement of FIRE EQUIPMENT TESTING AND INSPECTION in support of NAVY REGION NORTHWEST FIRE & EMERGENCY SERVICES. It is anticipated that this solicitation will result in an award/order of a Firm, Fixed-Price Service type contract.
Payment will be through WAWF.
2. The entire solicitation shall be filled out, signed, and returned as part of your quote. See block 8 on page 1 of the solicitation for the closing date and time. Clauses 52.204-24, 52.204-26 & 52.209-11 must be completed and returned to me.
3. The deadline for submission of questions regarding the solicitation's terms, conditions, specifications, and/or the Statement of Work (SOW) / Performance Work Statement (PWS) is 2 days prior to the solicitation closing date.
All questions regarding this solicitation shall be submitted in writing via email to:
NAVSUP Fleet Logistics Center, Puget Sound Contracting Specialist/Contracting Officer Denise Manor
Regional Contracting Department E-Mail: denise.e.manor.civ@us.navy.mil
4. Award will be made to the quote/offer that represents the best value to the Government. Note: the Government reserves the right to consider the past performance of all quotes/offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer.
5. SINGLE AWARD FOR ALL ITEMS: Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the bidder whose quote is considered in the best interest of the government, price and other factors considered. Therefore, bidders who quote less than the entire effort specified herein may be determined to be unacceptable.
6. EXCEPTIONS: All bidders MUST note all exceptions from the solicitation's terms conditions, specifications, and/or the statement of work / performance work statement, if any. It will be assumed that any quote without mention of any exceptions will take no exception from all specifications, terms and conditions, clauses, or provisions within the solicitation."
7. The Government reserves the right to exercise option years in accordance with clause 52.217-9.
8. REQUIRED INFORMATION: ADDITIONAL INFORMATION
Company Name:
POC:
Phone:
Email:
CAGE Code:
DUNS:
Business Size:
Payment Terms:
For Services - Period of Performance:
For Supplies - Delivery (after receipt of order):
GSA/BPA Contract # & expiration date (if applicable):
9. Department of Labor Wage Determination for Awardee location will be incorporated by reference.
10. Is a Contractor Collective Bargaining Agreement applicable: Yes ___ No ___
If applicable, provide Title and Agreement number __________________________________
Defense Biometric Identification System (DBIDS):
Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS) to improve management and force protection at Navy installations. The Navy has transitioned from using the Navy Commercial Access Control System (NCACS) to the DBIDS for contractors and vendors requiring access to an installation. DBIDS is a standardized process for granting unescorted access privileges to vendors, contractors, suppliers, and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment registration, backing vetting, screening, issuance of
credentials through a designated independent contractor DBIDS service provider.