SOLICITATION NOTICE
W -- 100 TON CAPACITY 40' AIR CHAIN HOISTS
- Notice Date
- 3/6/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908TN068
- Response Due
- 3/11/2008
- Archive Date
- 4/10/2008
- Point of Contact
- David Felling 757-396-8880 Cindi Newcomb cynthia.newcomb@navy.mil 757-396-8352
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-08-T-N068. This 100% small business set-aside solicitation documents and incorporates provisions and clauses in effect through FAC 2005-24 and DFARS Change Notice 20080124. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333924. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for Monthly, weekly and daily rates for; CLIN 0001, REQN: N4215808RCHK413, QTY (2) 100 ton Air Chain Hoists for the approximate time period from March 18th, 2008 to May 15th, 2008. CLIN 0002, REQN: N4215808RCHK414, QTY (2) 100 ton Air Chain Hoists for the approximate time period from May 15th, 2008 to July 12th, 2008. 100 Ton Air Chain Hoist GENERAL SPECIFICATIONS: 100 Ton Air Chain Hoist 1. 100 ton capacity. 2. Height of Lift ? 40?. 3. Top Hook Suspension. 4. Pull Rope Control. 5. Certification of Load Testing Required. CONTRACTOR RESPONSIBILITY: a) Equipment delivery and removal of equipment to NAVSHIPYDNOR at no cost to the government. b) Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge c) The contractor shall perform service request to repair and/or replace the hoist(s) within twenty-four (24) hours of notification by NNSY at no additional charge. d) Provide on site training for equipment start-up. Operation and basic maintenance as required. e) Provide all necessary manuals and schematics for start-up, operation and basic maintenance of hoists as required. f) Make up electrical connection to hoist, NNSY will provide electrical pigtail. GOVERNMENT RESPONSIBILITY: a) Provide operators b) Perform basic maintenance c) Equipment movements within the shipyard d) Lost items and equipment damage beyond normal wear and tear e) Provide electrical pigtail to contractor. NOTES: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. The hoist(s) will be exposed to everyday weather, and saltwater air. It is the contractor's responsibility to provide any protective coverings for the unit. 3. The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NNSY only. The government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of rental period. NO LIFTING REQUIREMENTS NECESSARY Onboard US Naval Vessel for consecutive two (2) month (periods of performance are for approx nine (9) weeks b/t March 18, 2008 and May 15, 2008 and b/t May 15, 2008 and July 12, 2008. FOB Point is Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.217-8 Option to Extend Services; 52.219-28 Post Award small Business Program Rerepresentation,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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; All clauses shall be incorporated by reference into any eventual purchase order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its monthly, weekly and daily unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Each offeror shall provide an original and one (1) copy of Product Data Information (descriptive literature) in accordance with the specifications set forth in the solicitation. Responses to this RFQ are due on 11 March 2008 by 2:00 p.m. eastern standard time. Any questions with regard to this requirement shall be addressed to David A. Felling who can be reached at 757-396-8880, email david.felling@navy.mil, fax 757-396-8017. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. If the offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov: After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include prices, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and it?s ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to david.felling@navy.mil and cynthia.newcomb@navy.mil. Quotes provided via facsimile shall be sent to the fax number identified elsewhere in this combined synopsis/solicitation. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Notice to Offerers: This procurement is part of the Navy's Contractor Evaluation System RED/Yellow/Green Program. Award will be based on the contracting officer's decision as to which offer provides the best value to the Navy, price, past performance, and other factors considered. Evaluation Criteria. Part I ? Technical Proposal Each offeror shall provide an original and one (1) copy of Product Data Information (descriptive literature) in accordance with the specifications set forth in the solicitation. The technical proposal will be evaluated on a pass/fail basis and shall not be considered as criteria in the best value award decision determination. Offerors receiving a technical rating of pass will be evaluated in Parts II and III. Offerors receiving a technical rating of fail will not be considered for award. The following definitions will be used for Pass/Fail. Pass (P): The descriptive literature shows clearly that the offered product conforms to the requirements of the solicitation. Fail (F): The descriptive literature fails to assure the Contracting Officer that the offeror understands of has the ability to fully comply with the requirements of the solicitation. Part II ? Past Performance shall include all data and information required for evaluation as stated in paragraph titled Past Performance Evaluation Standards. Part III ? Price shall include a completed and signed SF1449, executed copies of the Representations and Certifications as well as any applicable amendment(s). Assessing Proposals: Past Performance is slightly more important than price. Evaluation Process (PCO Procedures) General. The PCO will evaluate the proposals in regard to past performance and will perform price analysis in accordance with FAR 13.106-2. Evaluation Criteria Specifics: The importance of ratings, are set forth below in descending order: i. Past Performance ii. Price Part II ? Past Performance Evaluation Standards Past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the Request for Quotation. Past performance will be evaluated in light of relevant contract work performed to a high degree of quality. Offerors are required to provide past performance experience information for the same or similar rental services as those described in the RFQ. Offerors shall be required to provide the requested information for not more than three (3) of the firm?s most recently completed Federal Government, State Government, Municipal Government or commercial contracts which have been completed within the past five (5) years from the issuance date of the solicitation identified in this Source Selection Plan. Offerors may submit performance data relating to current contract performance as long as a minimum of one year of performance has been completed as of the closing date of the subject solicitation. Offerors who pre sent similar contracts/orders should provide a detailed explanation demonstrating the relevance of the applicable contract/ order to the requirements set forth in the solicitation. ?Relevance? is defined as the similarity of services provided and the dollar value of previous contracts or purchase orders to the items stated in the Government?s request for Quotation. ?Completed?, for the purposes of past performance evaluation, shall mean the receipt of a DD250, final payment or other evidence of final acceptance by the Government of the services provided by the Contractor. The offerors should provide the following information regarding past performance: a. Contract or purchase order number(s), b. Name and phone number of contact at the Federal, State, Local government or commercial entity for which the contract was performed. c. E-mail address (if available) for the point of contact. d. Dollar value of contact. e. Detailed description of the service and unit prices. f. Names of subcontractors, if any, and a description of services provided g. The number, type and severity of any quality, delivery or cost problems in the performance of the contract, the corrective action taken, and the effectiveness of the corrective action taken. Offerors lacking relevant past performance history or for whom past performance information is not available, shall receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the offeror with no relevant past performance history, while rated neutral in past performance may not represent the most advantageous quotation to the Government. The Government reserves the right to acquire information for use in the evaluation of past performance from any source including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephone and/or written inquiry. This information may include reviewing the Contractors Performance Assessment Reporting Systems (CPARS), past Performance Information Retrieval System (PPIRS), or past performance information from any source whatsoever. Written inquiries/correspondence and telephone interviews will be posted in the contract file. Although the PCO will seek to engage in an even-handed and fair evaluation process, the PCO is not obligated to engage in ?equal? comparison of past performance of all offerors. For example, if two more instances of past performance data are available for one contractor, the PCO is not then required to search for past performance of two additional contracts for every offeror. The PCO will evaluate the offeror?s Past Performance using the following equally important sub-factors: (a) Quality: the offeror?s demonstrated history of delivering products and services the same as or similar to the item described in the Request for Quotation, that met or exceeded the requirements of the contract. Quality will be evaluated in terms of: (1) Customer satisfaction, (2) Instances of rework or deficiency reports, (3) Evidence of effective and/or innovative work applications of benefit to the customer. (b) Timeliness: The offeror?s compliance with: (1) Delivery/performance schedules, (2) Timeliness of submission of requested information, reports and invoicing (c) Contractor Responsiveness: The offeror?s demonstrated ability to: (1) Respond to customer concerns, (2) Isolate and resolve problems, (3) Take systemic improvement action. Each performance risk assessment of the factors listed above will consider: (1) The number and severity of problems, (2) The effectiveness of the corrective action taken, (3) The overall work record. The assessment of performance risk is not intended to be the mechanical or mathematical analysis of an offeror?s performance on a list of contracts but, rather the product of subjective judgment of the government after consideration of all available, relevant and recent information. Therefore, the adjectival rating generally correlate with the definitions of performance risk as follows: Outstanding (O): Past Performance: Truly exceptional accomplishment of contract requirements and extraordinary customer satisfaction. Extremely Low Performance Risk: based on the offeror?s performance record, virtually no doubt exists that the offeror will very successfully perform the required effort. This equates to a rating of ?O? in the Contractor Performance Assessment Reporting System (CPARS.) Highly Acceptable (HA): Past Performance: Superior accomplishment of contract requirements and very high customer satisfaction. Very Low Performance Risk: based on the offeror?s performance record, very little doubt exists that the offeror will successfully perform the required effort. This equates to a rating of ?HA? in the Contractor Performance Assessment Reporting System (CPARS.) Acceptable (A): Past Performance: Fully compliant accomplishment of contract requirements and positive customer satisfaction. Low Performance Risk: based on the offeror?s performance record, minimal (but perhaps some) doubt exists that the offeror will successfully perform the required effort. This equates to a rating of ?A? in the Contractor Performance Assessment Reporting System (CPARS.) Marginal (M): Past Performance: Minimal or weak accomplishment of contract requirements and positive customer satisfaction. High Performance Risk: based on the offeror?s performance record, significant doubt exists that the offoeror will successfully perform the required effort. This equates to a rating of ?M? in the Contractor Performance Assessment reporting System (CPARS.) Unacceptable (U): Past Performance: Failure to properly accomplish contract requirements and failure to satisfy customer. Very High Performance Risk: based on the offeror?s performance record, it appears unlikely that the offeror will successfully perform the required effort. This equates to a rating of ?U? in the Contractor Performance Assessment Reporting System (CPARS.) Neutral (N): Past Performance: No relevant past performance history or past performance information is available. Unknown performance risk assessment. This equates to a rating of ?N? in the Contractor Performance Assessment Reporting System (CPARS.) Part III ? Price: The PCO will evaluate price. When the quotes are received, the PCO shall review the quotation (Standard Form 1449) and amendment(s) if issued. Acknowledgement shall be made by signing and dating the original SF 1449, any amendment as well as submission of an executed copy of Representations and Certifications. Each response to the RFQ shall include a complete quotation, Section B ? ?Supplies or Services and Price/Cost.? Evaluation of Price: the offeror?s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR Subpart 13.106-3. the evaluation may include, but is not limited to: (1) Price competition/comparison (2) Completeness (3) Comparison with independent Government estimate The Government will evaluate quotations for award purposes by adding the total price for all items for all contract years (base year plus option years.) The government intends to award one contract for all items. Quotations on partial contract line items or subline items will not be evaluated or otherwise considered for award. Determination for Award to Best Value Offeror: Upon completion of this review, award will be made to the contractor, whose quotation, conforming to the Request for Quotation, is considered most advantageous to the Government, considering Past Performance and Price. The Government reserves the right to select a contractor with other than the best past performance record if the pricing of offered is so advantageous to the Government as to constitute a best value. Conversely, the Government may select a contractor submitting other than the lowest priced quotation if the quality of past performance constitutes the greatest value to the Government and the pricing quotated can be determined fair and reasonable by competition or another approved means. Pursuant to the evaluation criteria identified in this plan and the Request for Quotation, the PCO shall make any such determination of best value. The basis for the PCO?s selection will be documented in the Source Selection Decision Memorandum. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. NUMBERED NOTE 1 APPLIES ******* End of Combined Synopsis/Solicitation ********
- Record
- SN01526189-W 20080308/080306224950 (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 |