SOLICITATION NOTICE
J -- Small Craft Repairs - Attachments
- Notice Date
- 11/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Commander in Chief, Atlantic Fleet, Naval Oceanographic Office (NAVOCEANO), Contracts Department (N5), 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522-5001, United States
- ZIP Code
- 39522-5001
- Solicitation Number
- N62306-17-R-0001
- Archive Date
- 2/21/2017
- Point of Contact
- Christy Moody, Phone: 228-688-5302, Roselyn Bailey, Phone: 228-688-4937
- E-Mail Address
-
christy.moody@navy.mil, roselyn.bailey@navy.mil
(christy.moody@navy.mil, roselyn.bailey@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment_5_ELIN_Schedule Attachment_4_SCA 05-2301 Attachment_3_PRS_Matrix_2016_06_21 Attachment_2_ Navoceano_List_of_ Equipment Attachment_1_Navoceano_Small_Craft_Specification_Sheet Attachment_D_Seed_Task_Order_RFP_Price_Schedule Attachment_C_Seed_Task_Order_RFP Attachment_B_Questions Request Form Attachment_A_RFP_Small_Craft_Repair COMBINED SYNOPSIS/SOLICITATION N62306-17-R-0001 SMALL CRAFT MAINTENANCE, REPAIRS, AND UPGRADES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for Certain Commercial Items per FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number, as referenced above, is issued as a request for proposal (RFP). This solicitation documents and incorporates provisions and clauses are those in effect through FAC 2005-91 effective 01 November 2016 and DFARS Publication Notice 20161021. Solicitation is 100% Small Business Set-Aside. The Small Business Size Standard is 1250 employees. NOTE: All documentation submittal due times are Central local time (Gulfport, Ms). NOTE: Dates highlighted in Solicitation may change based on award date. 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: FAR Site and DPAP DFARS Site. The North American Industry Classification Standard (NAICS) code is 336611 - Ship Building and Repairing. The Naval Oceanographic Office (NAVO) intends to issue a single award from this solicitation. It is anticipated that a single firm-fixed price Indefinite Delivery Indefinite Quantity Contract will be awarded. The requirement is for a twelve (12) month base with four (4) one-year option periods. Please indicate above referenced solicitation number in the subject line of emails and all correspondence. COMBINED SYNOPSIS/SOLICITATION SUPPLEMENTAL INFORMATION: 1. SOLICITATION QUESTIONS: 1.1 Questions must be submitted in writing. The questions format is provided as Attachment B, Questions Request Form. Questions shall be submitted via electronic mail (e-mail) to: NAVO_STNS_CONTRACTS@nmci-isf.com. Questions will be accepted up to 2:00 p.m. Central Time on December 28, 2016. All questions and answers will be published via amendment to the solicitation. 2. PRE-PROPOSAL CONFERENCE AND SITE VISIT 2.1 Pre-proposal Conference will be conducted to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements. 2.2 An early exchange of information among the offeror and the government can identify and resolve concerns regarding the acquisition strategy and schedules; the feasibility of the requirement, including performance requirements and data requirements; the suitability of the Proposal instructions; the availability of reference documents; and any other industry concerns or questions. 2.3 After release of the solicitation, the contracting officer must be the focal point of any exchange with potential offerors; therefore, the meetings will be conducted in an informal but regulated environment for interaction between the government and the offerors. 2.4 When information about a proposed acquisition that would be necessary for the preparation of Proposals is disclosed to one or more potential offerors, that information must be made available to the public as soon as practicable in order to avoid creating an unfair competitive advantage. All questions submitted during the meetings will be answered via a formal amendment after all meetings are completed. Any proprietary questions will be generalized for the amendment or a specific answer is not guaranteed. 2.5 Schedule is as below: 2.5.1 A one-time pre-Proposal conference and site visit will be conducted on December 21, 2016 beginning at 09:00 am to 1200 pm at Boat Operations Branch, Pass Christian. The pre-Proposal conference will begin promptly at 09:00 am followed by a tour of the project site. For Directions, please contact is Jeff Stadalis (228) 216-1273. 2.6 OFFERORS ARE URGED AND EXPECTED to inspect the site where construction is to be performed and to satisfy themselves as to all general and local conditions which may affect the cost of performance of the contract; to the extent such information is reasonably obtainable. In no event will a failure to inspect the site constitute grounds for withdrawal of a proposal after opening or for a claim after award of the contract. 3. AMENDMENTS TO SOLICITATION: 3.1 Acknowledged receipt of ALL amendments to this solicitation on the proposal transmittal letter. If any of the amendments to this solicitation furnish amended sections, the amended sections must be used in submitting your offer. 4. OFFER ACCEPTANCE PERIOD: 4.1 The minimum offer acceptance period is specified in FAR Clause 52.212-1 Addendum, paragraph (c). Please ensure that you allow at least the stated number of calendar days for the Government to accept your offer. 5. SUBMITTING OFFERS: 5.1 Offers must arrive at the designated location by the exact time and date as specified in this solicitation. Any contractor submissions or requests for information about this RFP after the closing date and time are late, and will not be considered. 5.2 Offers will only be received by this office via email to NAVO_STNS_CONTRACTS@nmci-isf.com. Transmission of offers by fax to this office is NOT ACCEPTABLE and will result in offers being rejected. 5.3 Please carefully review the entire RFP package including the PWS, all other solicitation attachments, and the instructions included herein and respond with a written proposal. Offerors must demonstrate their capability to satisfy the entire breadth and scope of the PWS. 5.4 Proposal due date and time is January 4, 2017, 10:00 a.m. Central Time. 6. WRITTEN CONTENTS 6.1 Proposal Cover Letter shall include: •ü Names, titles, email addresses, telephone numbers and facsimile numbers of persons authorized to negotiate on the firm's behalf with the Government in connection with this solicitation. •ü Name, title, email and signature of the person authorized to sign the Proposal. •ü Acknowledgements of all amendments. •ü CAGE Numbers: Each offeror shall include the contractual organizational CAGE number on documentation. •ü CONTRACTOR UNIQUE ENTITY IDENTIFIER: Each offeror shall include the contractual organizational Unique Entity Identifier number on documentation. •ü A statement specifying agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any and all items upon which prices are proposed at the proposed item prices •ü A statement of detailed analysis of any objections, exceptions, contingencies, or additions. Any objections, exceptions, contingencies, or additions shall also cross reference the particular paragraph(s) in the solicitation document to which they apply. 6. 2 Provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. A copy of completed certifications via the SAM Web site is acceptable. 6.3 Proposal shall include a completed ELIN Schedule and Seed Task Order Price Schedule. 6.4 Provide documentation to demonstrate evaluation factors capability for Non-Price Factors. See attached Performance Work Statement for description of services and below Best Value Trade-Off Evaluation requirements. 6.5 Seed Task Order RFP is used for proposal evaluation purposes only. 7. COPIES OF SOLICITATION DOCUMENTS AND AMENDMENTS 7.1 Copies of the solicitation and amendments are available by INTERNET ACCESS ONLY. All Request for Proposals (RFP) documents and any amendments to the RFP are made available from the FedBizOpps website. 7.2 It shall be the contractor's responsibility to check the website for any amendments. The offeror shall submit in the Proposal all requested information specified in this solicitation 8. BEST VALUE TRADE-OFF EVALUATION 8.1 FAR Part 13.106-2 is applicable to this procurement. 8.2 While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: combination of price, past experience, past performance and technical approach. 8.3 Recent is defined as project examples within the last 3 years. 8.4 Relevant is defined as projects similar to the project in this solicitation in scope, magnitude and complexity and that have a logical connection with the requirements of this RFP. 8.5 Non Price Factors 8.5.1 Past Experience: Provide a maximum of three projects showing recent and relevant experience. 8.5.2 Past Performance: Past performance will be evaluated using the Past Performance Information Retrieval System (PPIRS). If no relevant past performance history is available for your DUNs number, you may provide a list of the Company name, POC name, address, email and phone number of organizations for which services on previously performed contracts or on-going contracts that show recent and relevant past performance. Government databases may be checked and previous customers and/or evaluators may be contacted as references or verification of performance. A lack of past performance information will result in a neutral rating during evaluations. 8.5.3 Technical Approach: 8.5.3.1 Provide a narrative, of a maximum of 10 pages, showing a clear understanding of the requirement and tasks in accordance with the Base IDIQ PWS. Shall present a sound and rational solution to the technical requirements as described in the PWS. Statements such as "will comply", "meets the intent of", or "we intend to meet all requirements" will not suffice for evaluation purposes. 8.5.3.2 Provide a narrative, of a maximum of 5 pages, showing a clear understanding of the Seed Task Order requirement in accordance with the Seed Task Order PWS. Shall present a sound and rational solution to the technical requirements as described in the Task Order PWS. Statements such as "will comply", "meets the intent of", or "we intend to meet all requirements" will not suffice for evaluation purposes. (Attachment C Seed Task Order RFP) 8.5.3.3 State any exceptions to any of the items and conditions of the offer. 9. PROPOSAL TOTAL FIRM FIXED PRICE: 9.1 Total Evaluated Price will be based on Estimated Total Contract Pricing for base and option year and Seed Task Order pricing. 9.2 Proposals shall include (Base IDIQ): 9.2.1 Firm Fixed Unit Pricing for ELINs E0001 through E0015 and subsequent option periods. 9.2.2 Estimated Total Contract price based on provided estimates. 9.2.3 Completed attached excel spreadsheet for proposed unit pricing and estimated total contract pricing (Attachment 5 ELIN Schedule). A breakdown of the FFP may be requested to determine price reasonableness. 9.3 Proposals shall include (Seed Task Order): 9.3.1 Total Firm Fixed Price for Seed Task Order CLIN 0001 for price evaluation purposes. 9.3.2 Completed attached excel spreadsheet for proposed seed Task Order pricing (Attachment D Seed Task Order RFP Price Schedule). A breakdown of the FFP may be requested to determine price reasonableness. 10. ATTACHMENTS: Attachment A RFP Small Craft Repairs - for applicable provisions, clauses, instructions, and evaluation criteria. Attachment B Questions Request Form Attachment C Seed Task Order RFP Attachment D Seed Task Order RFP Price Schedule Attachment 1, NAVOCEANO Small Craft Specification Sheet Attachment 2, NAVOCEANO List Of Equipment Attachment 3, Performance Requirements Summary Matrix Attachment 4, SCA 05-2301 Attachment 5, ELIN Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4f1f20fe5439c1bf09f71f9d8c365358)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN04333555-W 20161123/161121234454-4f1f20fe5439c1bf09f71f9d8c365358 (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 |