SOLICITATION NOTICE
X -- Naval Special Warfare Group ONE requires the use of a large Urban Warfare (MOUT) training site with facilities for staging of up to 150 Special Operations personnel for training exercises
- Notice Date
- 7/15/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406T0793
- Response Due
- 7/19/2006
- Archive Date
- 7/31/2006
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.bpn.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Solicitation number / RFQ N00244-06-T-0793 apply. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7359, the business size standard is $5.0M and the NAICS Code is 532299. The agency need: STATEMENT OF WORK REQUIREMENT FOR MOUT TRAINING AND SERVICES FOR A NAVAL SPECIAL WARFARE GROUP ONE CERTIFICATION EXERCISE. Naval Special Warfare Group ONE requires the use of a large Urban Warfare (MOUT) training site with facilities for staging of up to 150 Special Operations personnel for the conduct of a training exercise to certify Naval Special Warfare Squadron FIVE to deploy to Iraq for combat operations. This statement of work will cover the facilities, staging areas, buildings, and ancillary services (catering, trash removal, etc.) needed for the certification exercise. 1) The facility must be available during 24 July to 03 August, 2006, and have the following characteristics: MOUT training area with four major dividable Battalion Control Team (BCT) sections with a helo-landing site (100m x 100m) in each section. The MOUT should have both one story and two story houses, and no fewer than 1,300 housing units to replicate a city neighborhood in the Middle East as closely as possible. Berthing areas for up to 170 military personnel (no tents) is required. MOUT training area must have an airstrip that can accommodate a C130 or C141 for hot inserts and extracts. Naval Special Warfare Squadron FIVE will be doing flyaway missions during the CERTEX. MOUT training area must have over 30 square miles of paved city streets for PSD missions. MOUT training area must have the capability to do live breaching operations on MOUT facility doors / entryways and live small arms fire into bullet-traps with prior vendor discussion & approval. Rotary-Wing landing rights (up to a CH47), and Unmanned Ariel Vehicle (UAV) over-flight rights are required. MOUT training area must have three large (2000 sq ft) administrative buildings with conference room and office spaces for the set up of two independent Joint Operations Centers for command & control elements. Phone lines, power, and toilet facilities are required. MOUT training location must be located within 3 hours or less drive time from San Diego County to accommodate contingencies. The following CLINs list the facilities, staging areas, buildings, and services and the timeline: 24 Jul ? 03 Aug: MOUT Facility Fee 29 Jul ? 03 Aug: MOUT Landing Zones & Helo Activities 24 Jul ? 27 Jul: Berthing 46 rooms 28 Jul - 03 Aug: Berthing 84 rooms 24 Jul ? 03 Aug: Building, Office Space 24 Jul ? 03 Aug: Building, Office Space 24 Jul ? 03 Aug: Building, Chow Hall 24 Jul ? 03 Aug: Buildings, Gas Utility 24 Jul ? 03 Aug: Buildings, Water Utility 24 Jul ? 03 Aug: Buildings, Electricity Utility 24 Jul ? 03 Aug: 1shipment of 8,000 (0.5 Liter) bottles of water to FT Irwin; 1 shipment of 8,000 (0.5 Liter) bottles of water to SCLA 24 Jul ? 27 Jul: Catering for 70 people (3 meals per day) 28 Jul: Catering for 70 people (breakfast only) 28 Jul: Catering for 145 people (Lunch and Dinner) 29 Jul ? 03Aug: Catering for 145 people (3 meals per day) 24 Jul ? 03 Aug: Beverages throughout the day 24 Jul ? 03 Aug: (2) portable toilets at specified locations w/ daily waste removal & upkeep. 24 Jul ? 03 Aug: (2) portable toilets at specified locations w/ daily waste removal & upkeep. 24 Jul ? 03 Aug: (3) Roll off dumpsters (1 at Dorms and 1 at Chow Hall and 1 at MOUT site) 24 Jul ? 03 Aug: (2) 3-yard trash bins (1 at ASP and 1 at SW Housing) 24 Jul ? 03 Aug: (4) Light Towers 24 Jul ? 03 Aug: (5) Refrigerators with delivery and pick up 24 Jul ? 03 Aug: (2) Microwave Ovens 24 Jul ? 03 Aug: (40) Standard Metal Folding Office Chairs includes delivery & pick up. 24 Jul ? 03 Aug: (!5) Standard Office Desks 24 Jul ? 03 Aug: (10) Two Line Telephones 24 Jul ? 03 Aug: (10) Land line Services 24 Jul ? 03 Aug: (1) Forklift with 10,000 lb shooting boom lift 24 Jul ? 03 Aug: (8) 12 Passenger Vans 24 Jul ? 03 Aug: (4) 3 quarter ton pick up trucks. 24 Jul ? 03 Aug: (2) Two seat Mini Van 24 Jul ? 03 Aug: (4) Chevy Suburban 24 Jul ? 03 Aug: Vehicle Insurance on 18 vehicles. 24 Jul ? 03 Aug: (4) Laundry/Dryer Machines 30 Jul ? 03 Aug: Base Theater This is an ?All or None? solicitation. Delivery schedule is not negotiable, 24 July 2006 ? 03 August 2006. Proof of liability insurance is required. Proof of Hazardous Material Report detailing, but not limited to Asbestos containing materials, Lead-Based paint and Pesticides. Delivery Schedule is: 24 July 2006 through 03 August 2006. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clause: Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.247-34, F.O.B. Destination; FAR 52.216-8, Ordering; FAR 52.216-19, Order Limitations. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 P.M.(Local Time) on 19 July 2006, and will be accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil). The contact phone number of Charles E. Fletcher II is (619) 532-2658. Attachments to be in Word 6.0 or higher and ten (10) pages or more will not be accepted via fax. The Government intends to evaluate offerors based on Evaluation Commercial Items with paragraph completed as follows: N00244M313 EVALUATION OF OFFERS ?USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (ii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. To even be evaluated as technically acceptable/unacceptable, the Offeror must furnish a technical plan and product literature that demonstrates that the offeror can meet all requirements stated in the Statement of Work. (c) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. See the end of this notice for a sample past performance history sheet. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (e) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (f) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. N00244L295 OFFEROR PERFORMANCE DATA (JUN 2000) (FISC SAN DIEGO) #1 The offeror shall demonstrate past performance through completion of the "Contractor Performance Data Sheet". The Contractor Performance Data Sheet shall be completed in its entirety. Data other than that requested on the Contractor Performance Data Sheet will not be considered. Additionally, offerors are urged to submit brief and concise responses, within the confines of the space allotted. Failure to submit the completed Contractor Performance Data Sheet (along with the proposal) shall be considered certification (by signature on the proposal) that the contractor has no past performance for like or similar items for the Government to evaluate. CONTRACTOR PERFORMANCE DATA SHEET NOTE: THE INFORMATION PROVIDED MAY BE USED TO EVALUATE THE OFFEROR'S PAST PERFORMANCE IN MEETING COSTS/PRICE, TECHNICAL, AND DELIVERY OBJECTIVES. THE RESULTS MAY BE USED IN THE OVERALL COMPARATIVE EVALUATION OF THE OFFEROR(S) IN ACCORDANCE WITH SECTION M OF THE REQUEST FOR PROPOSAL. Contractor Name: RFP # Address: POC: (Person who can verify data) Telephone: Division: FAX: List Performance Data ion your five most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items under this RFP. (If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report). CONTRACT INFORMATION Contract Number: Date Completed: Contract Type: Fixed Price Cost Reimbursement Other (Specify) Item Description: Contract Quantity/Length of Service: Customer Name: Customer POC: (Person who can verify data) Address: Telephone: FAX: QUALITY NOTE: An explanation must accompany all answers with an asterisk(*). Was consideration or a monetary withhold for non-conforming supplies/services or late deliveries assessed against this contract? YES * (Explanation) NO Was/is any part of this contract terminated for default and/or in litigation? YES * (Explanation) NO Was any warranty work completed on delivered items? YES * (Explanation) NO Did you receive any quality awards in the past three years? YES * (List Awards) NO TIMELINESS Were all items (including products, services, reports, etc.) delivered within the original contract schedule? YES NO * (Explanation) COST FOR COST TYPE CONTRACTS: Was the original contract estimated cost met? YES NO * (Explanation) If the estimated cost was not met, what was the positive/negative percentage of change? + - OTHER PERTINENT INFORMATION Describe any corrective action(s) initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective action(s) taken.
- Record
- SN01090232-W 20060717/060715220317 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |