Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

J -- Field Service Engineering for U.S. Navy Shipboard Combat Systems equipment maintenance, repair and associated services for the equipment.

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339402R1129
 
Response Due
8/22/2002
 
Point of Contact
Kittie S. Ellison (805) 228-0601 Contract Specialist
 
Description
This is a combined synopsis/solicitation for commercial items, per FAR 13.5 utilizing the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes solicitation N63394-02-R-1129; a proposal is being requested and a written solicitation will not be issued. N63394-02-R-1129 is issued as a Request for Proposal, Unrestricted. The North American Industry Classification System (NAICS) is 541330 and the size standard is $23M. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition circular 2002-06 dated 4 April 2002. The contract type is Firm-Fixed-Price with a period of performance of 01 October 2002 through 30 September 2003. The Port Hueneme Division, Naval Surface Warfare Center, San Diego Detachment (PHD NSWC SD), California provides engineering support to ensure integration/certification of U.S. Navy Shipboard Combat Systems computer programs prior to delivery to the fleet and for Command and Control Systems computer program developmental testing. This contract will provide on-site operations center (OPSCEN) equipment maintenance, repair, and associated services for the equipment listed on Attachment (1) of the Statement of Work. The labor categories and estimated labor hours are provided as follows: Off-Site Personnel - Program/Budget Analyst/150 hours; Assistant Project Manager/75 hours; On-Site Personnel ? Project Manager Day Shift/960 hours; Project Manger Evening Shift/ 480 hours; Project Manger Mid Shift/480 hours; Sr Field Service Engineer-Days/1920 hours; Field Service Engineer-Days/7580 hours; Field Service Engineer-Evenings/7580 hours; Field Service Engineer-Mid/5760 hours and Logistician-Days/1920 hours. The K ey Personnel categories are: Project Manager, Senior Field Engineer and Field Service Engineer. The Statement of Work, Attachment (1) Equipment List, Attachment (2) Personnel Qualifications and DD 1423 Contract Data Requirements List (CDRLS) are available via e-mail and the offeror shall submit their request for the technical data package either by fax at (805) 228-6299 or email to: ellisoncs@phdnswc.navy.mil. Warranty: The contractor shall provide their Standard Commercial Warranty and shall include information of the length of warranty, effective date, specific terms and conditions and warranty service provider with the company name and telephone number. Preservation, Packaging and Packing shall be in accordance with ASTM Designation D3951-98, "Standard Practice for Commercial Packaging". Marking of outer shipping containers, packs, bundles, etc. shall be in accordanc e with ASTM Designation D3951-98 "Commercial packaging". Inspection and Acceptance shall be performed at source by a representative of the cognizant Contract Administration Office in coordination with the Navy technical representative for this requirement. Delivery requirements: Data shall be delivered in accordance with DD 1423, Contracts Data Requirement List. FAR 52.247-34 FOB Destination (NOV 1991) applies. The following provisions/clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.246-17 Warranty of Supplies of a Noncomplex Nature; 52.232-16 Progress Payments. The following clause is incorporated by full text: FAR 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders - Commercial Items (Feb 2001) (a) The Contractor shall comply wit h the following FAR clauses which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.233-3, Protest after Award (31 U.S.C. 3553); (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _X_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). _X_ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L . 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X__ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). _X_ (14) 52.222-3 6, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). _X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act--Supplies (41 U.S.C. 10a-10d). ___ (19)(i) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. _X_ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). _X_ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 5 52a). ___ (28) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. _________________________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 an d 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). __________________________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using ot her than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those l isted below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of Clause) The offeror must provide the information contained in 52.212-1 instruc tion to Offeror-Commercial Items, 252.212-7000 Offeror Representative and Certification-Commercial Items and must include a completed of 52.212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. 52.212-2 Evaluation - Commercial Items, (a) The Government will award a firm-fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantages to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) company and employee experience, including resumes for Key Personnel, and (2) past performance information in meeting contract delivery schedules. Experience is more important than past performance, when combined are more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror must be registered in Central Contractor Registration (CCR) and provide its Commercial and Government Entity (CAGE) Code. Offerors preparing a proposal in response to this solicitation and require the permission of the Contracting Officer to obtain price/delivery from third party suppliers in order to complete their proposal, that permission is granted. Written proposal and the above-required information must be r eceived at this office on or before 22 August 2002 at 2:00 PM Pacific Daylight Savings Time. POC is Kittie Ellison (805) 228-0601, fax number (805) 228-6299 or e-mail: ellisoncs@phdnswc.navy.mil. Note # 12 applies to this procurement.
 
Web Link
N/A
(http://N/A)
 
Record
SN00135506-W 20020809/020808085358 (fbodaily.com)
 
Source
FedBizOpps.gov 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.