SOLICITATION NOTICE
R -- Full-time on-site non-personal services support of the Navy Experimental Diving Unit (NEDU), Panama City, FL for Technical support services
- Notice Date
- 1/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N0463A12R0005
- Response Due
- 2/7/2012
- Archive Date
- 2/22/2012
- Point of Contact
- Melissa Sanders 850-230-3266 Corey Rezner
- E-Mail Address
-
rezner@navy.mil<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a new combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This request for proposal N0463A-12-R-0005 is the only written solicitation which will be issued, unless amended. NAICS code 541519. The business size standard is $25.0 million. The Incumbent is QinetiQ North America. This acquisition is set aside for small business. The Navy Experimental Diving Unit (NEDU) has a requirement for full-time on-site non-personal services support of the Navy Experimental Diving Unit (NEDU), Panama City, FL for Technical support services in support of Biomedical Department, Deep Submergence Department, Executive, Administration, Projects and Medical Departments. All requirements are in accordance with the requirements of the attached Statement of Work. The offeror shall provide a firm fixed price labor hour to include all labor in accordance with the specifications listed in attached SOW. The cost proposal shall be in the following format. Management and administrative costs must be identified if proposed. Period of Performance Base Year: 26 Feb 2012 through 25 Feb 2013. Option Year: 26 Feb 2013 through 25 Feb 2014. CLIN 0001 Biomedical Department Technical Support Base Year (40 hours per week) Labor Category: _______________________________: CLIN 000101 Regular Hours #_____________Hours @$_______/Hour = $ _____________________ CLIN 0002 Deep Submergence Department Technical Support Base Year (35 hours per week) Labor Category: _______________________________: CLIN 000201 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0003 Executive, Administration, Projects and Medical Departments Technical Support Base Year (40 hours per week) Labor Category: _______________________________: CLIN 000301 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0004 Travel Estimated @ $10,000.00 CLIN 0005 Biomedical Department Technical Support Option Year (40 hours per week) Labor Category: _______________________________: CLIN 000501 Regular Hours #_____________Hours @$_______/Hour = $ _____________________ CLIN 0006 Deep Submergence Department Technical Support Option Year (35 hours per week) Labor Category: _______________________________: CLIN 000601 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0007 Executive, Administration, Projects and Medical Departments Technical Support Option Year (40 hours per week) Labor Category: _______________________________: CLIN 000701 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0008 Travel Estimated @ $10,000.00 Grand Total for All CLINs = $_________________ The following provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications “Commercial Items; 52.212-4, Contract Terms and Conditions ”Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications in accordance with the SOW. Offerors shall provide resumes and a staffing plan identifying proposed key personnel. Fully describe the qualifications of the proposed key personnel addressing each requirement of the SOW, Section 5. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 Price: Offeror shall provide firm fixed price hourly rates, in the above format, identifying the labor categories and man-hours proposed for each. Management and administrative costs must be identified. The Government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror ™s name, address, point of contact, phone and e-mail address; (3) offeror ™s DUN ™s number, CAGE code and TIN number; (4) documentation that shows the offeror ™s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) completed copies of FAR 52.212-3; and (6) resumes and staffing plan identifying proposed key personnel and fully describing the qualifications of the propose key personnel, addressing each requirement of the SOW; (7) narrative addressing how the offereor will achieve the requirements listed in the SOW and combined synopsis solicitation; (8) past performance data (9) firm fixed price labor hour proposal in the above format; and (10) signature on the page that lists the price. The clause FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.217-5, 52.217-8, 52.217-9, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.232-33, 52.203-3, and 252.203-7000, 252.212-7001, 252.209-7001, 252.232-7003, and 252.232.7010. Questions must be received no later than 2:00 p.m. CST on 20 Jan 2012. Offers must be received no later than 2:00 p.m. CST on 7 Feb 2012. Send questions and electronic proposals to Melissa Sanders at melissa.sanders@navy.mil AND Corey Rezner at corey.rezner@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Melissa Sanders, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407. Telephone inquiries will not be accepted. All inquiries must be submitted by email to the above listed personnel.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A12R0005/listing.html)
- Place of Performance
- Address: 321 Bullfinch Road, Panama City, Florida
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN02651083-W 20120111/120109234309-7635e7ab8d63cbc8bb7e7927c7e2d9f1 (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 |