Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

J -- Tactical Communications Equipment Maintenance, Naval Construction Group One, Naval Base Ventura, CA.

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416T0250
 
Response Due
7/21/2016
 
Archive Date
7/21/2016
 
Point of Contact
Marriana Booker 6195565520
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number N00244-16-T-0250 is issued as a request for quotation (RFQ). The closing date is 21 Jul 2016 3:00pm Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88-1 and DFARS Change Notice 20160630. 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.acq.osd.mil/ and www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 561210; Size: $38.5M. This acquisition is issued as small business set-aside. NAVSUP Fleet Logistics Center San Diego has a requirement for the Tactical Communications Department, Code N6, Naval Construction Group ONE (NCG-1) located at Naval Base Ventura County (NBVC) Port Hueneme, California, which has an ongoing requirement for maintenance services support involving technically complex communications equipment for various Naval Mobile Construction Battalion (NMCB) group/units. Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, COMMUNICATION EQUIPMENT MAINTENANCE. Contractor shall provide effective and qualified services in support of NCBM ™s P47 and deployable P25 Units (P2508 “ NMCB 5, P2512 “ NMCB 3, and P2514 “ NMCB 4) in accordance with the Performance Work Statement. Basic labor over the two months and one week will be awarded as Firm-Fixed-Priced. QTY: 3, Unit of Issue: Months, Price: $_____ CLIN 0002, OVERTIME. Contractor shall provide a quote breakdown of overtime in the amount of 4.0% of the overall anticipated 8 hour working days to be included as a cost type CLIN. QTY: 3, Unit of Issue: Months, Price: $_____ *Please note, the first month shall be prorated to only cover 25-31 July 2016. PERIOD OF PERFORMANCE: Two months, from 25 July 2016 to 30 Sep 2016. Travel is not required. PLACE OF PERFORMANCE: Naval Base Ventura County, Port Hueneme CA. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items [Applicable clauses: 52.219-6 Include Clause titles for all three; 52.222-21; 52.222-26, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.219-28, Post Award Small Business Program Representation (Jul 2013), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Feb 2016), 52.222-37, Employment Reports on Veterans (Feb 2016), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking in Persons (Mar 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014)]] *Include SCA exemption clause 52.233-1 Disputes 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements -Representation 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.232-7003 Insert Title 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: (a) Offerors need only submit a signed proposal by the solicitation closing that 1) shows the offeror is not taking exception to any solicitation term; 2) includes the FAR 52.212-3 Certifications and Representations; and 3) includes unit prices and total prices for all line items for which the Navy is soliciting a price. OFFERORS SHOULD NOT SUBMIT ANY ADDITIONAL INFORMATION WITH THEIR PROPOSAL. After the solicitation closing date, the contracting officer may require an offeror to promptly submit information to demonstrate the offeror is responsible. (See Section M). The Government will make a single award using a low price technically acceptable (LPTA) source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. To be determined technically acceptable, an offeror must submit a proposal that does not take exception to any term of the solicitation. The contracting officer will use the following rating table: RatingDescription Acceptable Proposal does not take exception to any term of solicitation and therefore clearly meets the requirements of the solicitation. Unacceptable Proposal takes exception to a solicitation term(s) and therefore does not clearly meet the requirements of the solicitation. Price will be evaluated by totaling the prices for all line items for which the Government has requested the offeror provide a price. An award will only be made to an offeror that satisfies the general responsibility standards of FAR 9.104-1. The contracting officer may either make a responsibility determination without requesting any information from an offeror or require the offeror provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The particular information requested from an offeror will be specific to that offeror. For example, an offeror that the contracting officer is less familiar with may be required to provide information not required from another offeror. The contracting officer may consider an offeror ™s inability to promptly respond to a request for information as an indication the offeror is nonresponsible since FAR 9.103(c) obligates prospective contractors to affirmatively demonstrate their responsibility. When the contracting officer requests responsibility information, the contracting officer ™s request, the offeror ™s response, and all related communications between the Government and offeror are solely for the purpose of determining whether the offeror is responsible. These communications will not constitute discussions within the meaning of FAR 15.306 since the offeror will not be given an opportunity to revise its proposal. While the contracting officer may require the offeror to provide any information related to the standards at FAR 9.104-1, the following are examples of information that may be required: 1)A demonstration, through information such as bank references and financial information (e.g., most current annual balance sheet), that the offeror has adequate financial resources to perform the contract. 2) A demonstration the offeror ™s price is not so low as to call into question the offeror ™s capability to successfully perform the contract. 3. Past performance information on recent contracts for items similar to this requirement, including a point of contact for the Government activity or commercial entity customer. 4) A demonstration the offeror can comply with the required performance schedule, including a transition plan. 5) A demonstration the offeror has, or can obtain, the organizational, management and technical skills to successfully perform. This demonstration may involve the particular personnel and approaches available to the offeror. 6) The offeror ™s quality assurance procedures. 7) The equipment and facilities the contractor will use. 8) Information demonstrating a proposed subcontractor satisfies the FAR 9.104-1 general standards of responsibility. 9) Completion of the Section K Certifications and Representations contained in this solicitation. 10) A demonstration the offeror isn ™t an inverted domestic corporation. 11. Certificate of registration of the company. 12) A demonstration the offeror has all registrations, permits and licenses required to perform the contract in the locations for which the offeror is proposing. 13) In the event the offeror is a joint venture, a Memorandum of Association which indicates who has the authority to bind the company Nothing in this provision limits the contracting officer ™s discretion to rely on information available from other sources (e.g., past performance data bases, discussions with other entities familiar with the offeror) or to use any other technique described FAR 9.1 when determining whether the offeror satisfies the FAR 9.104-1 general responsibility standards. As the Government considers these services professional, the Service Contract Act does not apply and no wage determination has been included. Both CLINs 0001 and 0002 shall, at minimum, include an excel spreadsheet (NO PDF) which provides the labor categories, the number of employees, and their respective hourly rate. If a separate rate is charged for Overtime hours, this should be disclosed. An hourly roll up, to include anticipated overtime allocation shall be included in this attachment. Omission of this information may result in a quote which the Government cannot determine technical and overall requirement comprehension and may result in a technically unacceptable bid. Though only a basic cost proposal shall be included with this quote, the offeror may be contacted and asked to provide additional information at a later time for the purposes of cost/price analysis. Award will be made to the offeror who provides the lowest priced, technically acceptably proposal. Technically Acceptable means the offeror has demonstrated they have/their personnel have the knowledge, expertise and experience to successfully perform their respective tasks in the PWS. Labor categories proposed is considered a method of determining technical acceptability. The Government reserves the right to clarify certain aspects of one or more of the proposals, without contacting all offerors, unless such communication is used to materially later the technical or cost elements and/or otherwise revise the proposal. Lowest priced, technically acceptable evaluation is conducted to determine the best overall value to the Government. As such, the evaluation will stop at the point when the Government determines an offeror to be acceptable with the lowest evaluated priced, because that offeror will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose proposal is the lowest evaluation price among acceptable proposals. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Marianna Booker on or before 3:00pm Pacific Standard Time on 21 July 2016. Email: marriana.f.booker1@navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024416T0250/listing.html)
 
Place of Performance
Address: Naval Base Ventura,, Pt. Hueneme, CA
Zip Code: 93043
 
Record
SN04185715-W 20160720/160718234211-97d91996fca7d9f77a8a90ad78fe676a (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.