Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

U -- Ecumenical Youth Outreach Ministry services at Naval Station Guantanamo Bay, Cuba

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883616T0338
 
Response Due
9/1/2016
 
Archive Date
10/31/2016
 
Point of Contact
Dina Herron 904-542-4834
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 “ Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR 13 “ Simplified Acquisition Procedures, 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 (https://www.neco.navy.mil/). This requirement was first advertised as Sources Sought Notice for Ecumenical Youth Outreach Ministry services at Naval Station Guantanamo Bay, Cuba on 22 August 2016. The RFQ number is N68836-16-T-0338. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160811. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. The NAICS code is 813110 and the Small Business Standard is $7.5M. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside determination. The NAVSUP Fleet Logistics Center Jacksonville Regional Contracting Department requests responses from qualified sources capable of providing: CLIN DESCRIPTIONS CLIN 0001 ECUMENICAL YOUTH OUTREACH FACILITATOR 12 Months FFP Development and implementation of religious youth ministries for middle and high school youth communities at NS Guantanamo Bay, Cuba in accordance with the Performance Work Statement (PWS) FOB: Destination CLIN 0002 TRAVEL 1 Lot FFP Travel in support of CLIN 0001. This is a Not To Exceed (NTE) CLIN for $2,400.00. Reference PWS Paragraph 7.0 Travel and Administrative. FOB: Destination CLIN 0003 HOUSING 12 Months FFP Housing for the Youth Ministry Outreach Facilitator at NS Guantanamo Bay, Cuba. This is a Not To Exceed (NTE) CLIN for $18,250.00 ($1,520.83 x 12 months). Housing will be paid at a monthly rate NTE $1,520.83. Reference PWS Paragraph 4.0 Housing. FOB: Destination CLIN 0004 HOUSEHOLD GOODS 2 Each FFP Movement of Household Goods to/from Guantanamo Bay, Cuba. This is a Not To Exceed (NTE) CLIN for $23,000.00. Reference PWS Paragraph 3.0 Household Goods Movement. FOB: Destination Period of Performance: 30 September 2016 thru 29 September 2017 Delivery Location: Naval Station Guantanamo Bay, Cuba 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 provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Under any 52.212-1 Instructions to Offerors--Commercial Items ADDENDUM TO 52.212-1 INSTRUCTIONS TO QUOTERS--COMMERCIAL ITEMS (APR 2014) Quoters need only submit a signed quote by the solicitation closing that 1) shows the quoter is not taking exception to any solicitation terms; 2) includes the Representations and Certifications contained in the provisions; and 3) includes unit prices and total prices for all line items and sub line items for which the Navy is soliciting a price. Quoters shall complete the following attachments and submit with their quote. 1. Attachment II “ Quote Sheet 2. Attachment III “ FAR Provisions Requiring Representations and Certifications by the Quoter QUOTERS SHOULD NOT SUBMIT ANY ADDITIONAL INFORMATION WITH THEIR QUOTE. After the solicitation closing date, the Contracting Officer may require a quoter to promptly submit information to demonstrate the quoter is responsible. (See 52.212-2). Quotes are due on or before 1:00 PM EST on 01 September 2016. Quotes shall be emailed to dina.herron@navy.mil no later than the date and time specified in the solicitation. Questions about the RFQ/requirement shall be submitted via email to dina.herron@navy.mil by 1:00 PM EST on 30 August 2016. No phone calls will be accepted. All questions will be reviewed and responded to by an amendment to the solicitation. Pricing shall be firm-fixed price and include all labor, material, and consumables required to perform the work listed in the Performance Work Statement and shall be structured in accordance with the line items structure identified in the combined synopsis solicitation. Quoters are hereby notified that the Government may post additional information to the web site relating to this solicitation (e.g. responses to questions, amendments, etc.). It is the Quoter ™s responsibility to check the web site for any such information. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) Award Consideration The Government will make a single award using the Lowest 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, a quoter must submit a quote that does not take exception to any terms of the solicitation. The Contracting Officer will use the following rating table: Rating and Description Acceptable - Quote does not take exception to any term of solicitation and therefore clearly meets the requirements of the solicitation. Unacceptable - Quote 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 and subline items for which the Government has requested the Quoter provide a price. An award will only be made to a Quoter 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 a quoter or require the Quoter provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The particular information requested from a Quoter will be specific to that Quoter. For example, a Quoter that the Contracting Officer is less familiar with may be required to provide information not required from another Quoter. The Contracting Officer may consider a Quoter ™s inability to promptly respond to a request for information as an indication the Quoter 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 Quoter ™s response, and all related communications between the Government and Quoter are solely for the purpose of determining whether the Quoter is responsible. These communications will not constitute discussions within the meaning of FAR 15.306 since the Quoter will not be given an opportunity to revise its quote. While the Contracting Officer may require the Quoter 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 Quoter has adequate financial resources to perform the contract. 2. A demonstration the Quoter ™s price is not so low as to call into question the Quoter ™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 Quoter can comply with the required performance schedule, including a transition plan. 5. A demonstration the Quoter 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 Quoter. 6. The Quoter ™s quality assurance procedures. 7. The equipment and facilities the Contractor will use. 8. Contractors shall have a satisfactory record of integrity and business ethics in accordance with FAR 9.104-1(d). 9. Completion of the Representations and Certifications under 52.212-3 Alt I contained in this solicitation. 10. A demonstration the Quoter isn ™t an inverted domestic corporation. 11. A demonstration the Quoter has all registrations, permits and licenses required to perform the contract in the location for which the Quoter is proposing. 12. In the event the Quoter 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 Quoter) or to use any other technique described FAR 9.1 when determining whether the Quoter satisfies the FAR 9.104-1 general responsibility standards. In accordance with FAR 9.104-3(d), upon making a determination of non-responsibility with regard to a small business concern, the Contracting Officer shall refer the matter to the Small Business Administration, which will decide whether to issue a Certificate of Competency. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter 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) 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management 52.217-5 Evaluation Of Options 52.217-8 Option To Extend Services 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-29 Notification Of Visa Denial 52.223-5 Pollution Prevention and Right-to-Know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 Stop-Work Order 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ All clauses shall be incorporated by reference in the contract. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Representation (DEVIATION 2016-O0003) 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line-Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7041 Correspondence in English 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractors facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. (b) 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 a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than 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 charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Contracting Officer ADDRESS: NAVSUP FLC Jacksonville, 110 Yorktown Rd, 3rd Floor, Jacksonville, FL 32212 TELEPHONE: (904) 542-1089 ATTACHMENTS Attachment I “ Performance Work Statement Attachment II “ Quote Sheet Attachment III “ FAR Provisions Requiring Representations and Certifications by the Quoter Attachment IV “ Request for SPOT Ticket This announcement will close at 1:00 PM EST on 01 September 2016. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation œDUNS  or œDUNS +4  followed by the DUNS or DUNS +4 number that identifies the quoter ™s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is an quoter for a Government contract when contacting the local Dun and Bradstreet office All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96fde1589f61c074c544be243eee15ad)
 
Record
SN04244290-W 20160828/160826235906-96fde1589f61c074c544be243eee15ad (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.