Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

54 -- High Bay Storage and Pre-Engineered Mezzanine

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405TA005
 
Response Due
3/14/2005
 
Archive Date
4/13/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-A005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-26 and DFARS Change Notice 20050222. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code i! s 3499 and the Small Business Standard is 500. This is a competitive, unrestricted action. The Fleet and Industrial Supply Center requests responses from qualified sources capable of providing the following: Item 1 ? All material and labor necessary to design, provide and install 180 heavy duty, high pallet storage bays at the Naval Coastal Warfare Group ONE, Imperial Beach, CA Bldg. 184. Bays shall have different configurations (height only) to accommodate different heights of stored material on pallets. The typical depth and width of the bays are 3 feet (36 inches) by 9 feet (108 inches). The total height of the bays shall not exceed 28 feet (336 inches). Construction of bays shall be a ?back to back? configuration with a minimum of .667 feet (8 inches) between bays. The bays shall be constructed to support a minimum static load of 3000 lbs. with a safety factor of 1.75. Minimum spacing between the bays shall be 9 feet. Construction and materials shall meet all seismic engineering and calculation requirements per the International Business Code 2000. Contractor shall be responsible for complying with all applicable EPA and OSHA regulations. Quantity Offeror?s Price 1 LOT $ Item 2 ? All material and labor necessary to design, provide and install a pre-engineered structural mezzanine (two levels above finished floor) with approximately 500 expanded metal lockers. Mezzanine shall be approximately 40 feet wide by 65 feet long and 25 feet high with two levels and two sets of 4 foot wide landing and stairway. It shall have approximately 5200 square feet of 22 gauge ?B? decking with 1 1/8? tongue and groove. Construction and materials shall meet all seismic engineering and calculation requirements per the International Business Code 2000. Contractor shall be responsible for complying with all applicable EPA and OSHA regulations. Quantity Offeror?s Price 1 LOT $ Note: The contractor shall comply with the government-provided drawing of the storage bays and mezzanine, provided herein. Responsibility and Inspection: The following addendum is provided for paragraph (a) of FAR 52.212-4: The ROICC and Navy Civil Engineering personnel will conduct scheduled and un-scheduled inspections at least twice per week during the installation. Prior to the Government?s acceptance, there will be a scheduled "final walk-through / inspection" to determine final acceptance. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. Please note section (j) of this clause: (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (j) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (b) through (i) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in t! his offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.](End of Provision); 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation); 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-37, Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by EFT-Central Contractor Registration. 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorpora! ted by Reference; 52.211-9, Desired and Required Time of Delivery: (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE [Contracting Officer insert specific details] ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT High Bay Storage One 30 Calendar Days Pallets Mezzanine One 70 Calendar Days If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror?s proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government?s required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE [Contracting Officer insert specific details] ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT High Bay Storage One 40 Calendar Days Pallets Mezzanine One 80 Calendar Days Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR?S PROPOSED DELIVERY SCHEDULE ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor?s date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term ?working day? excludes weekends and ! U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of Clause); 52.252-2 Clauses Incorporated by Reference: 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 address: http://farsite.hill.af.mil/. Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt1, Required Central Contractor Registration As prescribed in 204.1104, substitute the following paragraph (a) for paragraph (a) of the clause at FAR 52.204-7: (a) Definitions. As used in this clause-- ?Central Contractor Registration (CCR) database? means the primary Government repository for contractor information required for the conduct of business with the Government. ?Commercial and Government Entity (CAGE) code? means? (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an ?NCAGE code.? ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. ?Data Universal Numbering System +4 (DUNS+4) number? means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. ?Registered in the CCR database? means that? (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; (2) The Contractor?s CAGE code is in the CCR database; and (3) The Government has validated all mandatory data fields and has marked the records ?Active.? (End of Clause); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004) (10 U.S.C. 2533a). 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (MAY 2004) (___ Alternate I) (APR 2003) (10 U.S.C. 2534 and Section 8099 of Pub. L. 104-61 and similar sections in subsequent DoD appropriations acts). 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2005) (___ Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) Alternate I 252.247- 7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (End of clause); The following local clauses also apply to this requirement: L331, Review of Agency Protests; L332, Unit Prices; L333, Use of Non-Navy Owned Cranes. For complete text of local clauses, you may contact Laura Maxwell at laura.Maxwell@navy.mil. This announcement will close at 3:00 PM PST on 14 March 2005. Contact Laura Maxwell, who can be reached at 619-532-2365 or via email laura.maxwell@navy.mil. 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. 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is determined to be the Low Price Technically Acceptable offeror. In order to be rated ?Technically Acceptable? overall, the proposal must be rated ?Technically Acceptable? in the evaluation factors Technical Capability and Past Performance. The following factors will be used to evaluate offers: (1) Technical Capability (2) Past performance (3) Price (1) Technical Capability of the item(s) offered to meet the government requirement To determine technical capability, the offeror shall submit two (2) sets of the following documents: (a) Contractor-generated engineering drawings, calculations and specifications. These documents shall: be based on the Navy-provided drawing and/or layout of storage bays and mezzanine, shall conform to the government requirements stated on page 1 of this synopsis/solicitation (items 0001 and 0002), shall reflect the contractor?s unique solution/approach to meeting the government requirements and, shall include a legend/certification that all structural engineering and calculations meet the requirements of the International Business Code 2000. (b) A complete list of materials/products to be used for the storage bays and mezzanine. Identify manufacturer/model numbers, dimensions, stress and load factors as maybe applicable, and quantities per item. Additionally, as maybe applicable to each item, specify if seismically engineered. (c) Manufacturer?s information on the material/ products to be used. Information shall include Technical Product Literature, Brochures and/or Specifications showing the material/products to be used are seismically engineered as maybe applicable, are suitable for the required structures and meet all the stress and load factors specified by the Government; In order to be rated ?Technically Acceptable? under evaluation factor (1) Technical Capability, the proposal must meet all the requirements set forth in (a) through (c) above, and (a) must be approved by a Government Official. Failure to meet any one of (a) through (c) above, and non-approval by the Government will render the proposal ?Technically Unacceptable?. Offerors that are rated ?Technically Unacceptable? on Technical Capability will not be evaluated for Past Performance and will not be considered for contract award. (2) Past Performance Offeror's Past Performance information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for at least 3 of its most current and relevant contracts. Current is defined as a contract (or subcontract) in-progress or a contract (or subcontract) completed within the last 3 years. Relevant is defined as a contract that is current and also any Federal, State, or local government, or private contract that is of similar scope, magnitude and complexity to the requirements as described in this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Quotes which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. For each contract provided as a reference, the Offeror should provide the following information: CONTRACT INFORMATION Contract Number: Date Completed: Contract Type: Fixed Price Cost Reimbursement Other (Specify) Item Description: Contract Quantity/Length of Service: Customer Name: Customer POC: (Person who can verify data) Address: Telephone: FAX: QUALITY NOTE: An explanation must accompany all answers with an asterisk(*). Was consideration or a monetary withhold for non-conforming supplies/services or late deliveries assessed against this contract? YES * (Explanation) NO Was/is any part of this contract terminated for default and/or in litigation? YES * (Explanation) NO Was any warranty work completed on delivered items? YES * (Explanation) NO Did you receive any quality awards in the past three years? YES * (List Awards) NO TIMELINESS Were all items (including products, services, reports, etc.) delivered within the original contract schedule? YES NO * (Explanation) The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: (a) Neutral: Offerors without a record of relevant past performance history or for whom past performance information is not available may receive a neutral rating for past performance. The evaluation of past performance will take in account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this solicitation. The Government reserves the right to review past performance information and if deficient in demonstrating an "acceptable" risk, rate the past performance either as "neutral" or "unacceptable." The Offeror must provide the information requested above for past performance evaluation or affirmatively state that it possesses no relevant directly related or similar past performance. An Offeror failing to provide the past performance information or to assert that it has no relevant directly related or similar past performance may be considered ineligible for award. (b) Acceptable: The Offeror?s performance of previously awarded contracts met contractual requirements. Such prior performance was accomplished with some problems for which corrective actions taken by, or proposed to be taken by, the Offeror, were, or are expected to be, effective. Performance of prior contracts was consistently of adequate or better quality or exhibited a trend of becoming so. The Offeror?s past performance record leads to an expectation of adequate performance, with little risk anticipated with delivery of a quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the Offeror's past performance. (c) Unacceptable: The Offeror?s performance of previously awarded contracts did not meet most contractual requirements. Such prior performance reflected serious problems for which the Offeror either failed to identify or implement corrective actions, or for which corrective actions were, or are expected to be, mostly ineffective. Performance of completed contracts was consistently of poor quality or exhibited a trend of becoming so. The Offeror?s past performance record leads to a strong expectation that successful performance will not be achieved. Significant potential risk is anticipated with delivery of a quality product, on time, and of degradation of performance based upon the Offeror's past performance. (3) Price (a) Price will be evaluated for reasonableness. Performance risk assessments may be conducted as appropriate in accordance with FAR 15.404-1(d)(3). The Government will evaluate quotes on the basis of total aggregate price of all items. The Government will evaluate quotes for award purposes by adding the total price for all items. Quotes shall: 1) Show the proposed unit price and/or extended price. In case of discrepancy between a unit price and an extended price, the unit price will be presumed to be correct. (b) An offeror must propose a price on all items. Any quote failing to do so will not be considered for award The Government intends to make a single award for all items. Note: In evaluating those quotes determined under Factor (1) to be technically acceptable, Factor (2), PAST PERFORMANCE, is approximately equal to Factor (3), PRICE. However, the degree of importance of price will increase with the degree of equality of the proposals with regard to Past Performance. At the discretion of the Contracting Officer, the Government intends to award a contract based on initial proposals and without discussions with offerors. Each initial quote should, therefore, contain the Offeror?s best terms from both a price and technical standpoint. The government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. 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 may be e-mailed to laura.Maxwell@navy.mil or faxed to 619-532-5947 (ATTN: Laura Maxwell). 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
Click here to learn more about FISC San Diego.
(http://www.sd.fisc.navy.mil)
 
Record
SN00761301-W 20050304/050302212458 (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.