SOLICITATION NOTICE
54 -- Parachute In-Water Release Trainer, Device 9F2 Platform
- Notice Date
- 1/28/2021 2:15:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134021Q0005
- Response Due
- 2/26/2021 2:00:00 PM
- Archive Date
- 03/13/2021
- Point of Contact
- Sara Falk
- E-Mail Address
-
sara.falk@navy.mil
(sara.falk@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Naval Air Warfare Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase order on a competitive basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined synopsis/solicitation N61340-21-Q-0005 is issued as a request for proposal (RFP) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2021-03 published on 14 January 2021. The associated North American Classification System (NAICS) code for this solicitation is 332312 with a size standard of 500 employees. The Product Service Code (PSC) for this procurement is 5440. This procurement is being solicited as a 100% small business set-aside. Procurement Description: Development, fabrication, and testing of the modifications to the Parachute In-Water Release Trainer, Device 9F2. The effort involves replacing the corroded 9F2C pool-side free standing student launch platform at Aviation Survival Training Center (ASTC) Cherry Point, NC with a new platform made of non-corrosive material. A 45-calendar day period of performance (PoP) is desired beginning on 01 May 2021. Reference the attached Statement of Work (SOW_Cherry Point 9F2_16Dec2020) and Specification (9F2 Student Platform Specification Rev1 26 June 2018) for a comprehensive list of the detailed requirements. Location for fabrication of the platform will be: ASTC Cherry Point ATTN: ASTC Director, LCDR Thomas Annabel Building 3957 E Street MCAS Cherry Point, NC 28533 General Instructions Your quote must be in accordance with the Line Items as posted in the RFQ and as listed in Section 2 below. It is requested that the contractor submit an electronic copy of your quote and all substantiating documents no later than 26 February 2021 by 5:00pm US Eastern Standard Time to the cognizant Contract Specialist, Ms. Sara Falk, at Sara.Falk@navy.mil. All inquiries and concerns must be addressed by email to the Contract Specialist, Sara Falk, at Sara.Falk@navy.mil. SECTION 1:� Technical Note:� This volume shall not contain any reference to cost or price aspects of the offer. This volume shall contain the Offeror's proposal for Device 9F2C Drag platform replacement technical approach that meets the requirements specified in this solicitation.� The Offeror shall provide all information and data required to conduct a complete technical evaluation of the Offeror�s proposal. Technical Approach Section The proposal shall detail how the contractor proposes to meet the technical requirements necessary to replace the 9F2C platform located at ASTC Cherry Point, NC.� The technical proposal shall not exceed 5 pages, including figures. All technical requirements shall be covered in the following categories: Device 9F2C Platform Replacement Activities Direct Labor Section The proposal shall detail, by tasks, the proposed labor categories and labor hours.� Each task shall include a task description with basis of estimate (BOE) and Justification.� The format of the BOE shall be in a Microsoft Excel spreadsheet.� Spreadsheets shall provide summations of hours by labor category.� The Direct Labor Section shall show direct correlation to the schedule section and price/cost volume for task names, labor categories, and hours. Technical Assumptions Description: This section shall include all technical exceptions, deviations, waivers, and assumptions.� Program Schedule The proposal shall include a program schedule that shows planned project tasks, task durations, task dependencies, and milestones.� The schedule shall be in a format compatible with Microsoft Office 2010. (Optional) Schedule Justification The proposal may include a schedule narrative, description, or analysis for the purpose of justifying schedule realism, resourcing adequacy, or other schedule element. SECTION 2: Cost and Fee Your offer must provide cost and fee information as follows along with any substantiating documents that may be necessary: CLIN 0001��� Device 9F2C Drag Platform Replacement at ASTC Cherry Point ������ Firm Fixed Priced (FFP) ������ Quantity: 1 (one) ������ Unit of Measure (UOM): Each ������ FOB: Destination CLIN 0002��� Data Items Transmittals (CDRLs E001 and E002) ������ Not Separately Priced (NSP) Basis for Award The Government will award a contract resulting from this request for quote to the responsible Offeror based on the lowest priced technically acceptable (LPTA) offer. For the purposes of this evaluation, technically acceptable is defined as: Meeting all technical requirements described in the attached Statement of Work (SOW). Providing a detailed 5 page technical write-up describing the process to be utilized in the Device 9F2C platform replacement. Providing proposed labor categories and Basis of Estimates (BOEs) associated with the Device 9F2C platform replacement. Acceptance of the Period of Performance (PoP) as follows: ASTC Cherry Point PoP (01 May 2021 � 15 June 2021) Technical capability will be determined solely on the content and merit of the information submitted in response to this request for quote. Therefore, it is incumbent on the interested party to provide sufficient documentation in order for the Government to make an adequate technical assessment of capabilities of the contractor. The contractor must be able to meet the requirements associated with each Contract Line Item Number (CLIN). Other Information The contractor is cautioned as this request for quote does not constitute an obligation by the Government to task your company with performing the above work. This correspondence is only a request for quote preparation and submittal. Quote validity period shall be effective for 60 days from quote submission. Estimated award date is 01 April 2021. The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-1 Instructions to Offerors � Commercial Items (Jun 2020) 52.212-3 Alternate 1, Offeror Representations and Certifications � Commercial Items (Oct 2014) 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Deviation 2018-O0021) (Sep 2018) 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008) (Nov 2020) 52.219-28 Post-Award Small Business Program Rerepresentation (Nov 2020) 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes � Fixed Price (Aug 1987) 52.246-2 Inspection of Supplies � Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-1�Termination for Convenience of the Government (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services - Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Nov 2020) 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) 252.225-7048 Export Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Oct 2020) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) A Firm-Fixed-Price (FFP) purchase order will be awarded. The Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. No financing will be provided for the resulting award. All Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Offers are due no later than 5:00pm US Eastern Standard Time on 26 February 2021. Responses will only be accepted by e-mail to Sara.Falk@navy.mil. In addition to the requirements above, responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUNS Number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Sara Falk, Contract Specialist, Sara.Falk@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a7a2b8b207f5412a9478685a1edef687/view)
- Place of Performance
- Address: Cherry Point, NC 28533, USA
- Zip Code: 28533
- Country: USA
- Zip Code: 28533
- Record
- SN05902898-F 20210130/210128230115 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |