Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
SOLICITATION NOTICE

42 -- DIVERS LIFE SUPPORT SYSTEM (DLSS) ROUTINE MAINTENANCE - STATEMENT OF WORK

Notice Date
11/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Guadalcanal Road, Bldg 165, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-11-T-0010
 
Archive Date
12/21/2010
 
Point of Contact
Wayne S Johnson, Phone: 6194372715
 
E-Mail Address
wayne.s.johnson.ctr@navsoc.socom.mil
(wayne.s.johnson.ctr@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, 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 is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0010. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 effective 29 OCT 2010. North American Industrial Classification Code (NAICS) 541380 with a standard business size of $12.0 million applies to this procurement. This procurement is 100% Small Business Set-Aside. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Wayne Johnson, Contractor, Contract Specialist 3632 Guadacanal Road, Bldg. 165 San Diego, CA 92155 Phone: 619-767-1976 Fax: 757-437-2715 Email address: wayne.s.johnson.ctr@navsoc.socom.mil STATEMENT OF WORK - Downloaded as a separate attachment. THIS SOLICITATION IS RESTRICTED TO A FACILITY AND PERSONNEL WITHIN 25 MILE RADIUS TO THE NAVAL AMPHIBIOUS BASE, CORONADO, CA. AS INDICATED IN THE STATEMENT OF WORK. ITEM NO 0001200Each SCUBA CYLINDER HYDRO TEST DIVERS LIFE SUPPORT TO BE CALLED AS NEEDED IN ACCORDANCE WITH (IAW) U.S. NAVY PMS AND / OR ON AN EMERGENCY BASIS. (IAW THE STATEMENT OF WORK) ITEM NO 0002 200Each SCUBA CYLINDER TUMBLES (IAW THE STATEMENT OF WORK) ITEM NO 0003 90Each GUAGES: CALIBRATED IN-PLACE. (IAW THE STATEMENT OF WORK) ITEM NO 0004 50Each RELIEF VALVE TEST / SET. (IAW THE STATEMENT OF WORK) ITEM NO 0005 13Each RIX COMPRESSOR OVERHAUL ITEM NO 0006 8Each HASKEL OXYGEN BOOSTER PUMP OVERHAUL (IAW THE STATEMENT OF WORK) ITEM NO 0007 10Each PORTABLE SPECIAL OPERATIONS CHARGING ASSEMBLY (SOCA) MAINTENANCE. (IAW THE STATEMENT OF WORK) ITEM NO 0008 2Each FIXED HP BREATHING AIR COMPRESSOR MAINTENANCE. (IAW THE STATEMENT OF WORK) ITEM NO 0009 2Each FIXED HP BREATHING AIR PURIFICATION SYSTEM MAINTENANCE (IAW THE STATEMENT OF WORK) ITEM NO 0010 3Each OVERHAUL OF INSTALLED HASKEL OXUGEN BOOSTER OXYGEN PUMP. (IAW THE STATEMENT OF WORK) ITEM NO 0011 1Each GAS TRANSFER PUMP OVERHAUL (IAW THE STATEMENT OF WORK) ITEM NO 0012 100Each FIXED HIGH PRESSURE OXYGEN CHARGING SYSTEM MAINTENANCE (HRS). (IAW THE STATEMENT OF WORK) ITEM NO 0013 100Each FIXED HIGH PRESSURE AIR CHARGING SYSTEM MAINTENANCE (HRS) (IAW THE STATEMENT OF WORK) ITEM NO 0014 5Each GAS MIXING FOR CHAMBER USE (IAW THE STATEMENT OF WORK) ITEM NO 0015 100Each FOREIGN MATERIAL EXCLUSION – (FME) (IAW THE STATEMENT OF WORK) CLAUSES 52.212-2 Evaluation—Commercial Items. EVALUATION—COMMERCIAL ITEMS (JAN 1999) (a) The Government will 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 / Tecnically Accepted (ii) Past Performance (iii) Price Capability to Perform and Past Performance, when combined, are significantly more important when combined when compared to Price. To be technically acceptable, the submitting offeror must submit relevant and current past performance. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options.(Not applicable to this solicitation) 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). (c) 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. (End of provision) CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) – Alternate I (OCT 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2009) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52-219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-6 Davis-Bacon Act (JUL 2005) FAR 52.222-7 Withhoding fo Funds (FEB 1988) FAR 52.222-8 Payrolls and Basic Records (FEB 1988) FAR 52.222-9 Apprentices and Trainees (JUL 2005) FAR 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) FAR 52.222-11 Subcontracts (Labor Standards) (JUL 2005) FAR 52.222-12 Contract Termination-Debarment (FEB 1988) FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (FEB 1988) FAR 52.222-14 Disputes Concerning Labor Standards (FEB 1988) FAR 52.222-15 Certificate of Eligibility (FEB 1988) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.225-5 Buy American Act-Construction Materials (JUN 97) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7022 Representation of Extend of Transportation by Sea (AUG 1992) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS— COMMERCIAL ITEMS (JUN 2005) USSOCOM FAR SUPPLEMENT 5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals (2005) The offeror’s attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during proposal evaluations. When appropriate, non-government advisors may have access to offeror’s proposals and may be utilized to objectively review a proposal in a particular functional area and provide comments and recommendations to the Government’s decision makers. They may not establish final assessments of risk, rate or rank offerors’ proposals. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary data. Submission of proposal in response to the solicitation constitutes approval to release the proposal to Government Support Contractors. AVAILABILITY OF FUNDS: Funding provided herein is subject to the Availability of Funds Clause of this contract, FAR Clause 52.232-18 (Apr 1984). In the event of a Continuing Resolution Act for Fiscal Year 2010, funds provided herein are releasable only for the amount of time covered by the enacted Continuing Resolution and will be increased in proportion to the amount of time covered by any additional Continuing Resolution passed by Congress. Funding becomes available upon passage of the FY10 Appropriation Act.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62f4e6f5cc9b33835d47a8d5b6788ba0)
 
Place of Performance
Address: Naval Amphibious Base, CORONADO, California, 92155, United States
Zip Code: 92155
 
Record
SN02330486-W 20101121/101119233835-62f4e6f5cc9b33835d47a8d5b6788ba0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.