SOLICITATION NOTICE
36 -- Gas Conditioning Tower
- Notice Date
- 6/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017412R0021
- Response Due
- 7/11/2012
- Archive Date
- 7/26/2012
- Point of Contact
- Karen Tindley 3017446385
- E-Mail Address
-
karen.tindley@navy.mil
(karen.tindley@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, but a written solicitation will not be issued. This solicitation, N00174-12-R-0021, is issued as a Request for a Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120130. The North American Classification System Code is 333411 and the small business size standard is 500 employees. This acquisition is a 100% small business set-aside. Naval Surface Warfare Center Indian Head Division (NSWC IHD) has a requirement for Gas Conditioning Tower in accordance with (Attachment 1- Statement of Work, Attachment 2 “ Sketch Drawing, Attachment 3- DD 1423). Delivery and acceptance is at NSWC IHD, Indian Head, MD 20640, FOB Destination. Delivery shall be no later than five (5) months after approval of contractor designed drawings. SITE VISIT INSTRUCTIONS A Site Visit is scheduled for 29 June 2012 at the installation location: Naval Surface Warfare Center (NSWC) Indian Head, Building 1770, Indian Head, MD. The purpose for this visit is to familiarize the offerors with the scope and with the existing site conditions. Attendance at the site is strongly recommended. The Government will not pay for proposals or costs associated with proposal preparation, including participation in the site visits. All Offerors interested in attending the Site Visit MUST PRE-REGISTERED to participate in the Site Visit. The following Pre-Registration Information is required from each attendee. Pre-Registration Information MUST be E-mailed to the attention of Karen Tindley, Contract Specialist at karen.tindley@navy.mil. The Pre-Registration Information is due no later than 3:00 P.M., EDT on 15 June 2012. It is the responsibility of the offeror to contact the Contract Specialist at (301) 744-6385 to request confirmation of receipt. Pre-Registration Information REQUIRED for each participant for Site Visit: 1) Name: Last, First MI 2)Citizenship 3)Representing Company/Command 4)Company Address 5)Solicitation Number In addition to Pre-Registration, all visitors to NSWC Indian Head, must be US Citizens and must provide a completed copy of the Department of Homeland Security (DHS) Form 1-9, Employment Eligibility and Verification form (Attachment 4), (signed by the visitor and their employee) to Karen Tindley Contract Specialist via E-mail at karen.tindley@navy.mil and reference the solicitation number N00174-12-R-0021 or via Fax (Attn: Karen Tindley) at (301) 744-6547, no later than 3:00 P.M. on 15 June 2012. It is the responsibility of the offeror to contact the Contract Specialist at (301) 744-6385 to request confirmation of receipt. In ADDITION to the above REQUIRED Information, please see Attachment (5) for Site Visit Driving Directions to NSWC Indian Head, Area Accommodations, and Local Restaurants. See Attachment 6- Site Visit Protocol. See Attachment 7-Addendum Clauses to52.212-4. You access to the base must be approved pending a security review. Failure to follow the above directions will result in denial to enter the Facility. Due to Base Security requirements and limited field staff available for contractor site visits, the scheduled site visit WILL BE THE ONLY ONE OFFERED. Individual request for site visits WILL NOT BE GRANTED. Request for Information (RFIs) to include questions, generated from the site visit MUST be in writing and forwarded to Karen Tindley, Contract Specialist via E-mail at karen.tindley@navy.mil no later than 3:00 P.M., EST on 15 June 2012. Request for Information (RFIs) to include questions, will NOT be accepted after 3:00 P.M., EST. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (2) Past Performance (see FAR 52.212-1(b)(10)); and (3) Price. Factor 1: Technical Capability Factor 2: Past Performance Factor 3: Price FACTOR 1: TECHNICAL CAPABILITY FACTOR 1: TECHNICAL CAPABILITY The Offeror shall describe, in detail, how it will meet the requirements of the Statement of Work and all applicable documents. General statements, that the Offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the solicitation ™s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the Technical proposal. The Offeror shall respond with a line-by-line response attesting to full compliance to each item listed under the mandatory minimum performance specifications as outlined in the Statement of Work and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will determine the Offeror ™s Technical score on an acceptable/unacceptable basis. In order for the technical proposal to be considered acceptable it must meet all the Government ™s technical criteria. FACTOR 2: PAST PERFORMANCE Offeror shall provide three (3) references listed on the past performance matrix (Attachment I) for product performance with name, telephone, fax and e-mail address of references. The Government will utilize and contact the sources listed to conduct a brief Past Performance assessment which shall include questions on (1) customer satisfaction; (2) timeliness; (3) technical success; (4) program management; and (5) quality. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable/unacceptable nature of the past performance for each Offeror based on information provided. A neutral Past Performance will be considered acceptable. The Government will also use other sources for information on Past Performance such as the Federal Past Performance Information Retrieval System (PPIRS). FACTOR 3: PRICE Offeror shall provide pricing to include all deliverables and delivery charges to the destination. Failure to address any of the instructions within this solicitation may result in a proposal being considered unacceptable. 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 after the establishment of a competitive range. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes 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), ability to meet delivery requirement and unit cost of product. 2.) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3.) In addition, for a quote on a comparable commercial item, product literature must be included. 4.) To reiterate, all FAR certifications and representations must also accompany the quote unless available on line. METHODOLOGY At the conclusion of evaluations, the Government will reach a consensus rank for an Offeror ™s Technical information, Past Performance, and Price. In accordance with FAR 15.101-2, Offerors will then be evaluated by comparing quotes having acceptable Technical and Past Performance ratings with lowest evaluated price. Offerors are advised that the Government seeks quotes that demonstrate acceptable technical compliance at the lowest price. Award will be made to the Offeror whose proposed quote represents the lowest price offer with acceptable technical and past performance proposals. A neutral past performance rating will not disqualify an Offeror. (a) 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. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ in conjunction with required registration in the Central Contractor Registration (CCR) database: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, and 52.223-18. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.246-7004. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). Proposals shall be submitted by email to karen.tindley@navy.mil. Proposals shall include a completed copy of FAR 52.212-3 and DFARS 252.212-7000 with proposals unless the vendor is registered in ORCA (http://orca.bpn.gov). If registered, please state this on your quotation and affirm your Representations and Certifications are up to date. All quotations must be received no later than 1500 Eastern Standard Time, 11 July 2012. Any questions concerning the RFP shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to karen.tindley@navy.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/Far/, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. List of Attachments “ Attachment (1) Statement of Work, Attachment (2) Drawing 2012-Y-060, Attachment (3) DD Form 1423, Attachment (4) Form I-9 Employment Eligibility Verification, Attachment (5) Site Visit Driving Directions, Attachment (6) Site Visit Protocol and Attachment (7) Addendum Clauses to 52.212-4.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412R0021/listing.html)
- Record
- SN02772006-W 20120613/120611235042-6ccca93e4ea02a4374c046471b39656b (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 |