SOLICITATION NOTICE
R -- LIFEGUARD SUPPORT SERVICES AND LIFEGUARD TRAINING PROGRAM
- Notice Date
- 9/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713940
— Fitness and Recreational Sports Centers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018915T0597
- Point of Contact
- MISTY ALVAREZ 7574431968
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. 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/). The solicitation number is N00189-15-T-0597 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20150826. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The Government intends to solicit and negotiate, on a TOTAL SMALL BUSINESS SET-ASIDE basis, a contract to supply service for lifeguard support services and lifeguard training for 30 midshipmen to become certified lifeguards. The contractor shall provide lifeguard support each week for one (1) session per weekday between 11:45 - 1:45 at the United States Naval Academy Lejeune Pool with the exception of construction or swimming championship meets with support being provided at Scott Pool or MacDonough Pool, Annapolis, Maryland. The contractor shall train and re-certify, as required, up to 30 midshipman to become certified lifeguards once per academic year to include First Aid card combination with CPR/AED/PR. Services for lifeguard support and lifeguard training is for one year and three option years and shall be in accordance with the Performance Work Statement (PWS). The NAICS code is 713940 and will be processed as a total small business set-aside. The Small Business Standard is $7.5M. Performance Work Statement attached. The required Period of Performance is 01 October 2015 to 30 September 2016, and three option years. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13SAM Maintenance (July 2013) 52.209-2Prohibition on Contracting with Inverted Domestic Corporations ”Representation (Dec 2014) 52.212-1 Instructions to Offerors--Commercial Items 52.212-3, Alt I Offeror Representations and Certifications “ Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer “ SAM (July 2013) 52.222-41Service Contract Labor Standards (May 2014) 52.222-42Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55Minimum Wages Under Executive Order 13658 (Dec 2014) 52.217-5 Evaluation of Options 52.217-9Option to Extend the Term of the Contract (March 2000) 52.222-99Establishing a Minimum Wage for Contractors (Dev) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-18Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7009Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea (April 2014) ADDENDUM TO FAR 52.212-1 In addition to FAR 52.212-1, śInstructions to Offerors “ Commercial Items, ť and shall be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation. This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. 1)Interested vendors may send the quotation to the Navy by replying via email to misty.alvarez@navy.mil; 2)Proposal content and instructions when submitting a quote shall consist of: a)Technical Capability: All Quoters should ensure that the content of its technical capability descriptions are such that it demonstrates its understanding of and capability to meet all of the requirements of the PWS. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in this request for quote. b)Price Submission Quotes submitted shall be in accordance with the Schedule and Performance Work Statement contained in the solicitation. Quotes shall be held firm for sixty (60) days. c)Acknowledgement of any amendments Questions: Offerors may submit questions regarding clarification of solicitation requirements to Ms. Alvarez by e-mail at misty.alvarez@navy.mil by Wednesday, September 24, 2015 at 11:00 a.m. EST. Any questions received after this date may not be answered. Response to this solicitation is due 25 September 2015 at 11:00am local time, Norfolk, VA. Quotes shall be submitted via email to misty.alvarez@navy.mil. Please reference the solicitation number on your quote. Oral communications are not acceptable in response to this notice. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS Number, business size and payment terms. CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION “ COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 and Price. Quotations will be evaluated as follows: 1)Technical 2)Price The Technical evaluation factor is more important than the Price Proposal evaluation factor. 1)TECHNICAL The Government will evaluate each vendor ™s Written Technical submission acceptable (pass) or unacceptable (fail). Technical Acceptability - Technical acceptability will be determined based on an evaluation of the vendor ™s technical submission. Written Technical Submittal: Pass (P): Technical submission demonstrates that the information quoted meets the Government ™s requirements as set forth in this Request for Quote. Fail (F): Failing to provide any of the technical information and/or providing unclear or inadequate information proposed that does not meet the Government ™s requirements. Note: If the Contracting Officer determines that a vendor ™s Written Technical Submission is śunacceptable, ť that vendor ™s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award. 2)PRICE The vendor ™s proposed price will be evaluated on the basis of price reasonableness. The evaluation may include, but is not limited to: i.Price comparison with other offerors; ii.Comparison with independent Government cost estimates. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Establishment of a competitive range is not anticipated; however, the Government reserves the right to establish a competitive range if determined by the Procuring Contracting Officer to be in the best interest of the Government. (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 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 offers 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. (End of provision) Attachments: Attachment I “ Performance Work Statement (PWS) ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0597/listing.html)
- Place of Performance
- Address: UNITED STATES NAVAL ACADEMY, ANNAPOLIS, MD
- Zip Code: 21402
- Zip Code: 21402
- Record
- SN03901110-W 20150925/150924000718-952e85c1fcbab635829605c50e2e56e2 (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 |