SOLICITATION NOTICE
34 -- INDOOR RANGE BALLISTIC CONTAINMENT TRAP - SOW
- Notice Date
- 8/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-13-T-LP01
- Archive Date
- 9/19/2013
- Point of Contact
- Laura Patterson, , Shayla McLaurin,
- E-Mail Address
-
laura.patterson@navsoc.socom.mil, shayla.mclaurin@navsoc.socom.mil
(laura.patterson@navsoc.socom.mil, shayla.mclaurin@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- DOL Wage Determination - Norfolk, VA Attachment 01 - SOW Combined Synopsis/Solicitation 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 the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation on FedBizOpps; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-13-T-LP01 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective June 26, 2013 and DFARS Change Notice 20130705. NAICS code 332999 Small business size standard 750 Proposal Submissions: Quotes are due 04 SEP 2013, at 1:00 p.m. PST Quotes must be valid for 60 days. No facsimile quotes will be accepted. All quotes must be clearly marked with the RFQ Number. Contractors are responsible for verifying receipt of their proposals to this office before offer due date and time. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Laura Patterson (primary), email: laura.patterson@navsoc.socom.mil and Ms. Shayla McLaurin (alternate), email: shayla.mclaurin@navsoc.socom.mil no later than 30 AUG 2013 at 1500 PST to allow adequate time to prepare a response. Email is the preferred method of submission. Quotes, together with the signed amendment(s), if applicable, must be submitted electronically to laura.patterson@navsoc.socom.mil. The following PROVISIONS AND CLAUSES apply to this a cquisition and will be incorporated into any resultant purchase order. 52.202-1 Definitions (JAN 2012) 52.203-3 Gratuities (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995) (Sept 2006) 52.204-7 System for Award Management (Jul 2013) 52.209-7 Information Regarding Responsibility Matters (>$500K) (JUL 2013) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.242-13 Bankruptcy (JUL 1995) 52.246-2 Inspection of Supplies -- Fixed-Price (AUG 1996) 52.247-34 F.o.b. - Destination (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference), http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) ADDENDUM TO 52.212-1 Instructions to Offerors Commercial Items The following are additional instructions to Offerors: b) (12) All offers that contain other than name brand items shall contain a detailed product description. This product description may be in the form of either a commercial catalog or technical data. However, simply stating a manufacture and part number is not considered a detailed product description and shall not be considered meeting these submission requirements. This description shall be detailed enough in order for the evaluation outlined in FAR 52.212-2 specified herein to take place and detailed enough to determine equality with the name brand product. Submitted Technical Descriptions shall not be longer than two (2) pages per item. At the discretion of the Contracting Officer, descriptions that are submitted on more than two pages per item may cause an offer to be rejected as non-responsive and offers may be deemed unacceptable. 52.212-2 Evaluation -- Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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 Past Performance Price Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the combination of the factors above. (b) Options. 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 a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses incorporated in 52.212-5 are also applicable: 52.203-1 Gratuities (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Jan 2011) 52.219-9 Small Business Subcontracting Plan (Jan 2011) 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.222-54 Employment Eligibility Verification (Jul 2012) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the timeframe indicated in the chart below. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. CLIN Option Exercise Period TBD ADC - 31 DEC 2013 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months or 5.5 years. (End of Clause) The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the offeror they are to indicated in the submitted quote, there is no need to complete these provisions again for a this solicitation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A, System For Award Management (MAY 2013) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252-212-7000 Offeror Representations and Certifications- Commercial Items (JUN 2005) 252.215-7007 Notice of Intent to Resolicit (JUN 2012) 252.215-7008 Only One Offer (JUN 2012) 252.225-7000 Buy American-Balance of Payments Program Certificate (JUN 2012) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012 252.225-7012 Preference for Certain Domestic Quantities (FEB 2013) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (a) "Definition. Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following SOFARS provision and clauses apply to this acquisition: 5652.201-9002 Authorized Changes Only by Contracting Officer (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is: Ellen Roberts, Phone number 619-537-1357, Email: ellen.roberts@navsoc.socom.mil 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 5652.215-9001 Notice of Pre-proposal Conference (2001) (a) A pre-proposal conference/Site Visit is available upon request at Eagle Haven Multi-Purpose Indoor Range, Joint Expeditionary Base Little Creek, Virginia Beach, VA to be scheduled within the next two (2) days of posting for the purpose of answering questions regarding this solicitation and viewing the site. The exact date and time will be scheduled at the convenience of the Government. (b) Submit the names of all attendees not to exceed two (2) to laura.patterson@navsoc.socom.mil prior to 30 AUG 2013. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Offerors are requested to submit questions to the point of contact noted above not later than (insert time and date). Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. 5652.215-9008 Past Performance Data (2001) (a) Offerors shall identify past or current contracts with Federal, State, and local governments and private industry for efforts similar to the effort require by this solicitation. Offerors may identify up to three (3) contracts. Applicable information for each contract shall include the following: (1) Contract Title (2) Prime Contract # (3) Federal Supply Code (4) Description (5) Award Amount (6) Total Contract Value (7) Contract Type (8) Award Date (9) Government Contact Point (10) Phone Number of Contact (11) Deliver Date/ Period of Performance (12) Place of Performance (13) Key Subcontractors (14) Amount of Overrun/ Under run (if any) (15) Reason for overrun/under run (b) Offerors are encouraged to provide information on problems encountered on contracts and the offeror's corrective actions. (c) Offerors shall state in their proposal if relevant performance history is not available. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000). 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: Laura Patterson at laura.patterson@navsoc.socom.mil. Note : Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. Shipment All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Schedule : Insert prices and other required information below. SOW STATEMENT OF WORK (SOW) IS PROVIDED SEPARATELY AS ATTACHMENT ONE (1) CLIN Description U/I Qty U/P Total Price 0001 Bullet Trap Upgrade FFP Design, fabricate, install modular AR500 Ballistic steel decelerator containment trap at Eagle Haven Indoor Range facility at Little Creek, VA IAW Attached SOW. FOB: Destination Lot 1 0002 Demolition IAW SOW FFP Demolition of pre-existing Containment Trap FOB: Destination EA 1 0003 Material FFP FOB: Destination Lot 1 0004 Training FFP FOB: Destination Days 1 Grand Total Prompt Payment Terms: ________________ CAGE Code: ________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-13-T-LP01/listing.html)
- Place of Performance
- Address: Eagle Haven Multi-Purpose Indoor Range, Joint Expeditionary Base Little Creek, VA., Little Creek, Vermont, United States
- Record
- SN03163382-W 20130829/130827234934-36de9c9586e42e7de7a5b56ecb1d938c (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 |