Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2011 FBO #3336
SOLICITATION NOTICE

J -- Cleaning, Inspection and Minor Repairs of Federal Fire Department Turnout Jackets and Trousers

Notice Date
1/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3025
 
Response Due
1/20/2011
 
Archive Date
2/4/2011
 
Point of Contact
GINA K. JOHNSON (808) 473-7554
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3025. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20101216. 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 812332 and the Small Business Standard is $35.5 MIL. The proposed contract is 100% set aside for small business concerns. The Fleet and Industrial Supply Center (FISC) Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001, Cleaning, Inspection and Repair of Firefighter Turnout Jackets and Trousers in accordance with NFPA 1971 Standards. See attached Performance Work Statement for specific details. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and it s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close on Thursday, 20 January 2011 on 1300 hours, Hawaii Standard Time. Contact Ms. Gina Johnson who can be reached at 808-473-7554 or email gina.johnson@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. Procedures in FAR 13.106 are applicable to evaluation criteria of this procurement. This final contract award will be based on a determination of the following: 1)Lowest Price - Technically Acceptable 52.212-2 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: Technical Submission and Price b) A written order in response to the vendor s quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. Quotations will be evaluated as follows: a)Technical Submission Written technical submittal b)Price TECHNICAL SUBMISSION: The Government will evaluate each vendor s written Technical Submission Acceptable (pass) or Unacceptable (fail). The Technical Proposal will be evaluated in terms of: Acceptable (A): ALL of the minimum acceptable criteria are clearly met by the submission. The vendor s submission meets the performance and technical capability requirements defined in the PWS. NOTE: Once the proposals have been determined to be technically acceptable, award will be based on cost only. Unacceptable (U): Not all of the minimum acceptable criteria are met by the quote. Submission fails to meet specified minimum performance and technical capability requirements defined in the PWS. Note: If the Contracting Officer determines that a vendor s written Technical Submission is unacceptable, that vendor s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award. PRICE: The vendor s proposed price will be evaluated on the basis of price reasonableness. The evaluation may include, but is not limited to: a. Price comparison with other offerors; b. Completeness: all pricing information as it directly related to what is requested in the solicitation; c. Comparison with independent Government cost estimates. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. SOURCE SELECTION DECISION: The Government intends to evaluate offers and award a contract using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote represents the lowest price, technically acceptable option to the Government when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. (End of provision) ADDENDUM TO 52.212-1 Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2005) Interested vendors may send the quotation to the Navy in any of the following ways. Please note, email submission via electronic format is preferred; (a) By e-mail to gina.johnson@navy.mil Fleet and Industrial Supply Center (FISC) Pearl Harbor Regional Contracting Department Attention Gina K. Johnson, Code 200 The quotation shall consist of three parts: (I) Reps/Certs, (II) a written technical submission, and (III) price information. Part Title Software Part I Reps/Certs (Attachment 1)Word Part II Technical Submission Word Part III Price Submission Excel 1. ORGANIZATION OF PART I Part I shall contain the signed original (or electronic copy if submitted via email) of all documents requiring signature of the vendor. Each vendor shall complete (fill-ins and signatures) and submit the document listed below. An authorized official of the firm shall sign the submission and all certifications requiring signature. a) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2001) or written confirmation of ORCA registration. 2. ORGANIZATION OF PART II Technical Submission Written Technical Submission: Each vendor shall provide the following: a.The vendor shall certify in writing that they are qualified to perform all requirements identified in the Performance Work Statement (PWS). The vendor shall submit copies of current Manufacturers Certification as proof that they are qualified to perform services described in the PWS. b.The vendor shall provide at least two (2) references for work performed similar in size, scope and dollar amount to this requirement. c.This vendor shall provide a statement to confirm work experience of 8 years. b. The vendor shall certify in writing that they accept the terms and conditions of this solicitation. 3. ORGANIZATION OF PART III Price a) Adequate competition is expected; therefore, submission of cost or price data is not required. However, supporting price information is required to determine the reasonableness of the submitted price or to solve any apparent unbalanced pricing. The Contracting Officer will evaluate any and all information submitted by the vendor to support the reasonableness of prices proposed. The vendor s price submission shall support the technical submission. b) The pricing section shall be submitted fully completed and error free. Quotes submitted shall be in accordance with the information contained in the solicitation. Quotes shall be held firm for sixty (60) days. (End of text) 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 price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3025/listing.html)
 
Record
SN02356990-W 20110112/110110233717-9a3502ae6967ebd68a0224bdb4e9086a (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.