|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124Port Hueneme Division (Code 5F00), Naval Surface Warfare Center, 4363
Missile Way, Port Hueneme, CA 93043-4307 T -- AUDIO-VISUAL SERVICES AND SUPPORT SOL N63394-98-T-0253 DUE 071098
POC Purchasing Agent, FELICIA RODRIGUEZ, (805) 228-8701, (805)
228-0640, rodriguez_felicia@phdnswc.nswses.navy.mi, Contracting
Officer, BOB BOYD, (805) 228-0610 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 12.6, as supplemented with 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 N63394-98-T-0253 is issued as a
Request for Quote (RFQ). This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-04. This aquisition is 100% set-aside for small business
concerns. The Standard Industrial Classification Code (SIC) is 7389 and
the annual gross receipts (AGR) are $3.5m. The contract line items,
quantities and unit of measure are: 0001, 12 months (BASE YEAR) 0002,
12 months (OPTION YEAR 1) 0003, 12 months (OPTION YEAR 2) 0004, 12
months (OPTION YEAR 3) To obtain a copy of the Statement of Work for
this acquisition, you must visit the PHD NSWC web page at
http://www.nswses.navy.mil/procurements. Select 'Commercial Acquisition
Synopses' on the left-hand side of the screen. The Statement of Work
will be available under referenced solicitation number. The Contractor
shall furnish only qualified personnel as necessary to support the
effort described herein. Resumes of proposed personnel shall meet the
minimum requirements for personnel qualifications described herein.
Offerors shall submit resumes (in the minimum quantities shown below)
for these labor categories: A/V Manager/Administrator, 1 Resume A/V
Specialist, 1 Resume A/V Operator, 1 Resume Resumes shall contain
information that demonstrates the personnel meet the minimum
requirements stated below: A/V MANAGER/ADMINISTRATOR -- This position
is primarily the Project Manager and Administrator for this contract.
This position is the primary point of contact with the Contracting
Officer's Representative (COR) for technical discussion or
unanticipated workload during normal duty hours. The A/V Manager shall
be able to act for the contractor on matters relating to daily
operation of A/V facilities, equipment, materials and supplies,
including the VTC and portable VTC units. The A/V Manager shall be
present during established normal duty hours to provide immediate
customer assistance for audio-visual services and support. The A/V
Manager shall arrange for additional duty support as required. The A/V
Manager shall generate monthly, quarterly and annual reports, record
minutes from performance evaluation meetings, make travel arrangements,
reconcile travel vouchers for Contractor personnel, prepare and
maintain up-to-date documentation necessary for security clearances.
A/V SPECIALIST -- This position requires a full time audio-visual
Specialist. The A/V Specialist shall be available to the A/V
Manager/Administrator for technical operation of audiovisual equipment,
facility and presentation support, photography and video production and
editing services, including unanticipated workload, during normal duty
hours. The A/V Specialist shall have experience in audio-visual
services, audio-visual equipment operation, maintenance and loan,
satellite broadcasting and computer generated presentations. The A/V
Specialist shall assist in the preparation, submission and evaluation
of monthly, quarterly and annual reports, performance evaluation
meetings, team meetings and customer surveys. A/V OPERATOR -- This
position requires a full time audio-visual operator. The A/V Operator
shall assist the A/V Specialist and the A/V Manager with satellite
broadcasting, audio-visual equipment loan, facility and presentation
support, supply acquisitions, and video duplication services, including
unanticipated workload during normal duty hours. The A/V Operator shall
assist in the preparation, submission and evaluation of monthly,
quarterly and annual reports, performance evaluation meetings, team
meetings and customer surveys. Resumes shall be submitted by name and
proposed position, and shall state whether the person is full time
employee, part time employees that will be converted tofull time, or a
proposed new hire. If a proposed new hire, a signed letter of intent
to accept employment with your company, if contract award is made to
your company, must be provided. Resumes shall include the following
information: Name and education background Employment history giving
the name of each employer, the period of employment and title History
of applicable experience. Include name of company, dates of experience,
description of duties, levels of responsibility and title. Describe any
work experience or knowledge of PHD NSWC history. Department of Labor
Wage Determination, No. 94-2071 Rev 8 will be incorporated into this
proposed contract with the following labor categories: A/V Manager, A/V
Specialist and A/V Operator. The period of performance for the Base
Year of this acquisition is 1 October 1998 through 30 September 1999.
Period of Performance for Option Year One is 1 October 1999 through 30
September 2000; Option Year Two is 1 October 2000 through 30 September
2001; Option Year Three is 1 October 2001 through 30 September 2002.
Delivery shall be FOB Destination, Port Hueneme Division, Naval Surface
Warfare Center, 4363 Missile Way, Port Hueneme, CA 93043-4307. Only FOB
Destination will be considered. The provision at FAR 52.212-1,
Instruction to Offerors -- Commercial Items (APR 1988) applies to this
acquisition. The Government intends to evaluate offers and award a
contract without discussions with offerors. Therefore, the offeror's
initial offer should contain the offeror's best terms from a price and
technical standpoint. However, the Government reserves the right to
conduct discussions if later determined by the Contracting Officer to
be necessary. FAR 52.215-18 Facsimile Proposals (DEC 1989) applies. The
receiving facsimile number is (805) 228-0640. The offeror is required
to submit a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items (JAN 1997) and
a completed copy of DFAR 252.212-7000, Offeror Representations and
Certifications Commercial Items (NOV 1995) with its offer. Call Ms.
Felicia Rodriguez, (805) 228-8701 for Representation and Certification
forms relating to the above if needed. Provision at FAR 52.212-2,
Evaluation -- Commercial Items (Oct 1995) applies to this acquisition.
The Government intends to award a contract resulting from this
solicitation to the lowest-priced, technically acceptable, responsible
offeror. FAR 52.212-4, Contract Terms and Conditions-Commercial Items
(APR 1998) applies to this acquisition. FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (APR 1998) is incorporated in this solicitation,
however, only the following additional clauses apply to this
acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the
Government with Alternate I (JUL 1995); FAR 52.219-8, Utilization of
Small, Small Disadvantaged and Women-Owned Small Business Concerns (JUN
1997); FAR 52.219-9, Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan (AUG 1996); FAR 52.219-14, Limitation on
Subcontracting (DEC 1996); FAR 52.222-26, Equal Opportunity (APR 1984);
FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (APR 1984); FAR 52.222-36, Affirmative Action for Handicapped
Workers (APR 1984); FAR 52.222-37, Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR
52.222-41, Service Contract Act of 1965 (MAY 1989); FAR 52.222-42
Statement of Equivalent Rates for Federal Hires (MAY 1989); FAR
52.222-43, Fair Labor Standards Act and Service Contract Act Price
Adjustment (Multiple Year and Option Contracts). DFAR 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
(JUL 1997) applies to this acquisition, however, only the following
additional clauses apply: DFAR 252.205-7000, Provision of Information
to Cooperative Agreement Holders (DEC 1991); DFAR 252.219-7003, Small,
Small Disadvantaged and Women-Owned Small-Business Subcontracting Plan
(DOD Contracts)(APR 1996); DFAR 252.219-7005, Incentive for
Subcontracting with Small Businesses, Small Disadvantaged Businesses,
Historically Black Colleges and Universities and Minority Institutions
(NOV 1995). DFAR 252.204-7004, Required Central Contractor
Registration (JAN 1998); FAR 52.247-34, FOB Destination (NOV 1991) and
FAR 52.232-33, Mandatory Information for Electronic Funds Transfer
Payment (AUG 1996) apply. DO rating is S1. Numbered Note 1 applies.
Interested parties shall submit offers valid for 60 days which include
the 11 items outlined in the FAR 52.212-1(b) to Port Hueneme Division,
Naval Surface Warfare Center, 4363 Missile Way, (Code 5F21), Port
Hueneme, CA 93043-4307 to the attention of Ms. Felicia Rodriguez NLT
2PM Pacific Time 10 July 1998 or fifteen days after the publication
date of this synopsis/solicitation whichever is later. For faxed copies
of Technical Exhibit (1), Government Furnished Property-Iventory and
Technical Exhibit (2), Floor Plans, interested parties may call Felicia
Rodriguez (805) 228-8701. A site visit of the PHD NSWC Audio-visual
facilities is scheduled for 10am on 30 June 1998 for all interested
parties. (0174) Loren Data Corp. http://www.ld.com (SYN# 0111 19980625\T-0005.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|