Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
SOLICITATION NOTICE

R -- NAVSUP 2013 Summer Intern Hires

Notice Date
1/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813410 — Civic and Social Organizations
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018913Q0550
 
Response Due
2/1/2013
 
Archive Date
1/31/2014
 
Point of Contact
Janice.Sheldon 215-697-5181
 
Small Business Set-Aside
N/A
 
Description
This requirement was synopsized under number N001891130550 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisition Procedures under FAR 13.5 under the Test Program for Certain Commercial Items. 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/. Solicitation number is N001891130550 is issued as a Request for Quotes (RFQ). The proposed contract action is for commercial services, in accordance with the Performance Work Statement. This requirement is NOT Set-Aside for Small Business. The NAICS code is 813410 and the applicable size standard of $7 million. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-55 and DFARS Change Notice 2012-0130. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far http://www.acq.osd.mil/dpap/dfars/index.htm The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting, Philadelphia Office intends to solicit on a full-and-open basis, for five (5) summer interns in support of the Naval Supply Systems Command. The FLC Norfolk, Philadelphia Office requests responses from qualified sources capable of providing: CLIN 0001: Five (5) summer interns to support the Naval Supply systems command (NAVSUP) in accordance with the attached Performance Work Statement (PWS). The anticipated period of performance is 04 June through 25 August 2013. CLIN 0002: Transportation “ Funding for local transportation for the interns in support of CLIN 0001 (on a Not-to-Exceed (NTE) basis). The anticipated period of performance is 04 June through 25 August 2013. 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. This announcement will close at 1:00 pm, local, (Philadelphia, PA), on Friday, 01 February 2013. Contact: Jan Sheldon who can be reached at 215-697-5181 or email janice.sheldon@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Performance Statement of Work For NAVSUP Summer 2013 Intern Hires 1. Introduction: This task order is for five (5) intern summer hires resulting from a company with a diverse selection of interns, primarily Hispanic. 2. Background: The Naval Supply Systems Command (NAVSUP), in the past has utilized a summer intern program to attract diverse, well qualified students. In 2009 five of the eight interns selected had already graduated and were eligible to apply for permanent employment. Of those five, three are now employed within the NAVSUP Enterprise, two of them being Hispanic. In 2010, five of the ten applied for permanent employment and of those five, three have been hired within the NAVSUP Enterprise, all three of them being Hispanic. 3. Scope: It is expected that five interns will be employed for a ten week period during the period from 4 June through 25 August 2013. 4. Requirements: Working with NAVSUP TPOC, agency that provides interns must provide all housing and transportation requirements for interns and ensure that all housing and transportation requirements are in place before date of intern arrival. Interns must be U.S. citizens and able to obtain a security clearance. The interns will perform the following duties: Technical Support: Provides management support to the supervisor, analyst, specialist and/or other management assistants in the development, implementation and maintenance of plans, programs and procedures relating to functions of the organizational unit. Assists higher grade analysts/specialists in the conduct of comprehensive surveys by performing various fact-finding and research tasks. Compiles and computes routine statistical data. Prepares computations and tabulations of a statistical nature. Researches, gathers and performs routine analysis of specific management data from prescribed sources. Compiles data, arranges in proper format, and presents reports. Participates in discussions and meetings relative to projects and assignments. Monitors project/survey progress. General Support and Office Automation: Knowledge required to use several types of MS software packages (to include Power Point, Word and EXCEL) to produce technical correspondence, reports, records, forms, etc. Knowledge required to conduct Web searches. Maintains records of training and other administrative records for the division. Assist with fact-gathering, development, tracking and reporting of on-going projects within the organizational unit. 5. Place of Performance: GLS, 1837 Morris Street, Norfolk, VA 23511; BSC Puget Sound Detachment, 467 W Street, Bremerton, WA 98314; WSS, 700 Robbins Avenue, Philadelphia, PA 19111 and any NAVSUP activity located at 5450 Carlisle Pike, Mechanicsburg, PA. 6. Government Furnished Equipment and Materials: The government is to provide office space, access to secure and unsecured phone lines, and dedicated computer and other office equipment. 7. Period of Performance: A period from 4 June through 25 August 2013. 8. Other: Transportation is required, as there is no public transportation available to/from housing locations/duty stations. Intern is required to have own vehicle, or the contractor shall provide transportation. 9. Technical Point of Contact: Ms. Lori A. Kefover, 717-605-9392, DSN 430. 10. Contracting Point of Contact: Ms. Jan Sheldon, 215-697-5181, or Email at: janice.sheldon@navy.mil 11. Security: Must be able to obtain a Security Clearance. EVALUATION “ COMMERCIAL ITEMS (FAR 52.212-2) (JAN 1999) The Government will award a single firm-fixed priced purchase order resulting from this solicitation/synopsis to the responsible quoter, whose submission conforming to the solicitation will be most advantageous to the Government. Price and past performance are the evaluation factors. The technical factor is past performance. The quoter ™s Past Performance represents the Technical Submission. The technical evaluation will consider the quoter ™s technical submission more important than the quoter ™s price submission. One copy of the Technical submission (Volume I) and one copy of the Price Submission (Volume II) are requested to be submitted in separate volumes. Note: each page of each copy of the Technical Submission and Price Submission shall be affixed with the following legend: œSOURCE SELECTION INFORMATION “ SEE FAR 2.101 AND 3.104  Volume I “ Technical Submission Part 1 of 2 The quoter shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts (within the past five years) that is of the same or similar scope, of the same or similar magnitude, and of the same or similar complexity to that which is described in the solicitation. Quoters who present same or similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the solicitation. The quoter should provide the following information regarding its past performance: 1. Contract number(s), 2. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed, 3. Dollar value of the contract, 4. Period of Performance, 5. The number of Interns provided, 6. Detailed description of the work performed, To demonstrate its past performance, the quoter shall identify three (3) of its most relevant contract or efforts within the past five (5) years, and provide any other information the quoter considers relevant to the requirements of the solicitation. Quoters should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation. The references will be evaluated in the aggregate in order to allow quoters who may not have the entire scope, magnitude, and complexity of the requirement under one individual contract to still be considered acceptable if experience with the full scope, magnitude, and complexity of the requirement can be demonstrated within the allotted number of references as described above. Note: The Government reserves the right to obtain information for the use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the submission of an quoter with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous submission to the Government and thus, may be an unsuccessful offer when compared to the submission of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. If an quoter fails to provide any past performance information which is similar in scope, magnitude, and complexity to that which is detailed in the solicitation or fails to affirmatively state that it possesses no relevant directly related or similar past performance, the offer may not be awardable. The Government will consider the quality of the quoter's past performance. This consideration is separate and distinct from the Contracting Officer ™s responsibility determination. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the quoter and other competitors to successfully meet the requirements of the solicitation. In determining the rating for the past performance evaluation factor, the Government will give greater consideration to contracts which the Government feels are most relevant to the solicitation. If the submission is determined unacceptable in the Past Performance factor, the submission may not be considered for award. The Government reserves the right to award the purchase order to other than the lowest priced quoter. Volume I “ Technical Submission Part 2 of 2 For Technical Approach, the quoter shall describe their proposed plan to recruit and identify the interns, get security clearances, and arrange housing and transportation. Limitations: This volume (parts 1 and 2 inclusive) is limited to a maximum of TWENTY (20) PAGES in length inclusive of any chart(s), diagram(s), and/or graphics(s). Each œpage  is defined as one sheet, 8 ½ x 11 , with one inch or greater margins on all sides, using a font with a point size of 12 or greater (e.g. œTimes New Roman  style with 12 point font). Lines should, at a minimum, be single-spaced. Pages shall be consecutively numbered. Multiple pages, double pages, and two-sided pages, will count as an equivalent number of 8 ½ x 11  pages. Pages submitted in excess of the above limit will NOT be evaluated but will be returned to the quoter. Volume II “ Price Submission Volume II shall include the completed solicitation and a complete and detailed cost breakdown with all supporting documentation. The price proposal shall support the technical proposal. If the price proposal does not support the technical proposal, the quoter ™s proposal rating may be downgraded. The price proposal shall include all elements of cost/price and such other cost information as considered appropriate to support the quoter ™s quote. Spreadsheets should be functional spreadsheets containing all necessary formulas (i.e., not read-only spreadsheet). Spreadsheets should not be locked or password protected. The Government reserves the right to award the resultant purchase order to other than the lowest priced quoter. A written notice of award or acceptable of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding purchase order without further action by either party. Before the quoter ™s specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html Quotes are requested to be submitted no later than 1:00 PM (local, Philadelphia, PA time) on Friday, 01 January 2013. For additional information regarding this requirement, please contact Ms. Jan Sheldon at 215-697-5181, or Email at janice.sheldon@navy.mil. All quotes must be in writing and submitted via Email at janice.sheldon@navy.mil All responsible sources may submit a quote on the aforementioned services. The Government will consider submissions received by the specified date and time. 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 and DFARS provisions and clauses are applicable to this procurement: The following FAR and DFARS clauses are incorporated by reference: - 52.204-7 œCentral Contractor Registration  (April 2008) - 52.212-1 œInstructions to Offerors “ Commercial Items  (June 2008) - 52.212-3 and its ALT I, œOfferor Representations and Certifications - Commercial Items  - 52.212-4 œContract Terms and Conditions “ Commercial Items  (June 2010) - 52.212-5 œContract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  - 52.232-33 œPayment by electronic Funds Transfer “ Central Contractor Registration  (October 2003) - 252.204-7004 (Alt A) œCentral Contractor Registration (52.204-7) alternate A  (September 2007) - 252.212-7000 œOfferor Representations and Certifications “ Commercial Items  (June 2005) - 252.212-7001 œContract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items  - 252.225-7035 œBuy American Act “ Free Trade Agreements “ Balance of Payments Program Certificate  (December 2009) - 252.227-7015 œTechnical Data “ Commercial Items  November 1995 - 252.232-7003 œElectronic Submission of Payment Requests and Receiving Reports  (March 2008) The following FAR and DFARS clauses are incorporated by full text: - 52.212-3 œOfferor Representations and Certifications “ Commercial Items  (August 2009) - 52.212-5 œContract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items  (July 2010) Within FAR 52.212-5 - 52.222-3 œConvict Labor: (June 2003) - 52.222-19 œChild Labor “ Cooperation with Authorities and Remedies  (July 2010) - 52.222-21 œProhibition of Segregated Facilities  (February 1999) - 52.222-26 œEquality Opportunity  (March 2007) - 52.222-35 œEqual Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans  (September 2006) - 52.222-36 œAffirmative Action for Workers with Disabilities  (June 1998) - 52.222-37 œEmployment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans  (September 2006) - 52.232-33 œPayment by Electronic Funds Transfer “ Central Contractor Registration  (October 2003) - 52.252-2 œClauses Incorporated by Reference  (February 2008) - 252.212-7001 œContract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items  (June 1020) Within FAR 252.232-7001 - 252.225-70001 œBuy American Act and Balance of Payments Program  (January 2009) - 2523225-7036 œBuy American Act “ Free Trade Agreements “ Balance of Payments Program Alternate I  (June 2009) - 5252.232-9402 œInvoicing and Payment (WAWF) Instructions  (April 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913Q0550/listing.html)
 
Record
SN02967848-W 20130119/130117234703-568e30d70846b404297f2d8975c04ba3 (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.