Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOLICITATION NOTICE

59 -- Design, fabrication, and installation of exhibit at Halsey Field House of the US Naval Academy.

Notice Date
6/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
712110 — Museums
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915TZ136
 
Response Due
7/17/2015
 
Archive Date
8/1/2015
 
Point of Contact
Martyn Piggott (215)697-9638
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation United States Naval Academy (USNA) Request for Quote (RFQ) number N0018915TZ136 is being issued as a Small Business Set-Aside under the NAICS Code 712110. The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the United States Naval Academy (USNA) to acquire an exhibit to be installed in the Halsey Field House. The contract will require the design, fabrication, and installation of all items described in the Statement of Work (SOW) and śFinal Concepts and Schematics ť document. The contract will include five (5) options for additional exhibit items. Request for Quote N00189-15-T-Z136 contemplates a Firm-Fixed-Price contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures under FAR Subpart 13.5; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued- PAPER COPIES OF THE SOLICITATION WILL NOT BE AVAILABLE. The Government will not pay for information received. The NAICS code is 712110 with a size standard of $27.5M. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. It is the respondent ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil. The Statement of Work (SOW) is enclosed as Attachment I, the USNA Halsey Field House śFinal Concepts and Schematics ť is Attachment II, CLINs are provided in Attachment III, and Past Performance Information Form is Attachment IV. It is intended that a single contract will be awarded resulting from this combined synopsis/solicitation. NAVSUP Fleet Logistics Center Norfolk “ Philadelphia Office POC: Mr. Martyn Piggott, martyn.piggott@navy.mil - Contract Specialist I. Notes: A.Provide questions to martyn.piggott@navy.mil. Any questions received after 6 July 2015 may not be answered. Answers to all questions received by the deadline will be posted as an amendment to this combined synopsis/solicitation. B.The deadline for submission of quotes is 1100, 17 July 2015. Quotes must be e-mailed to martyn.piggott@navy.mil. Quotes submitted through the NECO portal will not be considered. Quoters who fail to complete and submit the requirements above may be considered non-responsive. C.All communications shall be directed to the NAVSUP FLC Norfolk Contracting Philadelphia Office point of contact listed above. Interested parties shall NOT contact the customer (USNA) with questions / concerns. D.Quote evaluation and award determination may be accomplished by the Government without holding discussions with quoters. Therefore, quoters are requested to provide their most favorable terms and prices. II. Requested Information: Interested parties shall provide information to the Government as follows: Non-Price Submission -Cover Page (does not count towards page limit) -Performance Approach (not to exceed 10 pages) oThe performance approach shall explain the quoter ™s method of accomplishing the requirements detailed in the Statement of Work. The quoter should address each different component of all base and option requirements. Omission of any component of the exhibit listed in the Statement of Work may result in the quote being determined technically unacceptable. -Past Performance Submission (not to exceed 2 pages) oThe respondent ™s Past Performance submission shall demonstrate relevant Past Performance or shall affirmatively state that it possesses no relevant Past Performance. Relevant Past Performance is performance under task orders and/or contracts or efforts within the past 5 years, which are of the same or similar scope and magnitude to that which is described in the solicitation. The quote shall provide a detailed explanation demonstrating the relevance of similar past performance to the requirements of the solicitation. oPast performance submissions shall be limited to 2 references and include: Contract and Task Order (if applicable) Number and Period of Performance Government Point of Contact and Phone Number Contract and/or Task Order Value Description of products and services provided under the reference to include how they relate to the requirements of this solicitation. Quality, delivery, or cost problems, corrective actions taken, and effectiveness of the corrective actions. Identification of any subcontractor(s) used, to include a description of the extent of work performed by the subcontractor(s) along with the annual dollar value of the subcontract. oThe Past Performance submission shall be submitted on attached Past Performance Information Form (Attachment IV). Price Submission -The pricing submission shall include a complete and detailed price breakdown with all supporting documentation. The price submission shall include all elements of cost and other information as appropriate to support the respondent ™s price. The price breakdown WILL NOT be used to perform a price realism. -The submission shall include: oSeparate pricing information for each CLIN (See Attachment III). oPricing for all CLINs shall include those costs associated with all materials and tasks described in the Statement of Work. oAny and all planned subcontracts shall be identified and priced in the price submission. Subcontracts (regardless of dollar value) shall be adequately documented. Subcontractor price information may be submitted separately. III. Evaluation Criteria -The Government ™s evaluation of quotes will consider the respondent ™s Non-Price Submission more important than the Price Submission. -Performance Approach will be evaluated to determine if the quoters ™ method for providing the supplies and services listed in the Statement of Work is technically acceptable. Of the acceptable quotes, Past Performance shall be evaluated to determine which quote represents the best value to the Government. -The past performance evaluation results in an assessment of the respondents probability of meeting the solicitation requirements. The past performance evaluation considers each respondents demonstrated recent and relevant record of performance in supplying products and services that meet the contracts requirements. One performance confidence assessment rating is assigned for each respondent after evaluating the respondents recent past performance, focusing on performance that is relevant to the contract requirements. There are two aspects to the past performance evaluation. The first is to evaluate the respondents past performance to determine how relevant a recent effort accomplished by the respondent is to the effort to be acquired. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The Past Performance Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to the performance confidence assessment. -The price submission will be evaluated by adding the total price for all options to the total price for the basic requirement. Price evaluation will document fairness and reasonableness. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions on Subcontractor Sales to the Gov ™t Alternate I SEP 2006 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-3 Offeror Representations and Certification--Commercial Items MAR 2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) MAY 2015 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-Aside Alternate I NOV 2011 52.219-8 Utilization of Small Business Concerns OCT 2014 52.219-9 Small Business Subcontracting Plan (Deviation 2013-O0014) AUG 2013 52.219-14 Limitations on Subcontracting NOV2011 52.219-28 Post Award Small Business Program Representation JUL 2013 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-35 Equal Opportunity for Veterans JUL 2014 52.222-36 Affirmative Action For Workers With Disabilities JUL 2014 52.222-37 Employment Reports on Veterans JUL 2014 52.222-41 Service Contract Labor Standards MAY 2014 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act “ Supplies MAY 2014 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DEC 2012 52.232-1 Payments APR 1984 52.232-18 -- Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes MAY 2014 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.244-6 Subcontracts for Commercial Items APR 2015 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013 252.209-7999(DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations (Deviation) MAY 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Work Flow Payment Instructions May 2013 To be awarded this contract, the respondent must be registered in the SAM. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns and Bradstreet, CAGE Code and Federal Tax ID numbers MUST be listed on quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ136/listing.html)
 
Place of Performance
Address: Halsey Field House
Zip Code: United States Naval Academy
 
Record
SN03780359-W 20150701/150629235623-79beb17a87b78605a66d81e1ef7be3fd (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.