SOLICITATION NOTICE
X -- Naval Special Warfare Group ONE requires the use of a large Urban Warfare (MOUT) training site with facilities for staging of up to 150 Special Operations personnel for training exercises
- Notice Date
- 7/12/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0785
- Response Due
- 7/18/2005
- Archive Date
- 8/17/2005
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This Procurement is issued as unrestricted. Naval Special Warfare Group 1 requires the use of a large Urban Warfare training site for MOUT (Military Operations on Urban Terrain) with facilities for staging up to 150 military personnel for conduct of a training exercise. The facility must be available from 12 August to 23 August 2005 and provide all the specifications listed in the below Statement of Work. STATEMENT OF WORK ? REQUIREMENT FOR MOUT TRAINING AND SERVICES Naval Special Warfare Group ONE requires the use of a large Urban Warfare (MOUT) training site with facilities for staging of up to 150 Special Operations personnel for the conduct of a training exercise. This statement of work will cover the facilities, staging areas, buildings, and services (catering, trash removal, etc.) needed for the certification exercise. 1) The facility must be available during 12 August to 23 August, 2005, and have the following characteristics: MOUT training area with four major dividable Battalion Control Team (BCT) sections with a helo-landing site (100m x 100m) in each section. The MOUT should have both one story and two story houses, and no fewer than 1,300 housing units to replicate a city neighborhood in the Middle East as closely as possible. Berthing areas for up to 170 military personnel (no tents) is required. MOUT training area must have an air strip that can accommodate a C130 or C141 for hot inserts and extracts. Naval Special Warfare Squadron ONE will be doing flyaway missions during the CERTEX. MOUT training area must have over 30 square miles of paved city streets for PSD missions. MOUT training area must have the capability to do live breaching operations on MOUT facility doors / entryways and live small arms fire into bullet-traps with prior vendor discussion & approval. Rotary-Wing landing rights (up to a CH47), and Unmanned Ariel Vehicle (UAV) over-flight rights are required. MOUT training area must have three large (2000 square feet) administrative buildings with conference room and office spaces for the set up of two independent Joint Operations Centers for command & control elements. Phone lines, power, and toilet facilities are required. MOUT training location must be located within 2 hours or less drive time from San Diego County to accommodate contingencies. The following CLINs list the facilities, staging areas, buildings, and services and the respective timelines involved: CLIN 0001: 12 Aug ? 23 Aug: MOUT Facility Fee CLIN 0002: 12 Aug ? 23 Aug: MOUT Landing Zones & Helo Activities CLIN 0003: 12 Aug ? 14 Aug: Building, 15 rooms CLIN 0004: 15 Aug ? 23 Aug: Building, 30 rooms CLIN 0005: 15 Aug ? 23 Aug: Building, 28 rooms CLIN 0006: 15 Aug ? 23 Aug: Building, 28 rooms CLIN 0007: 12 Aug ? 23 Aug: Building, Office Space CLIN 0008: 12 Aug ? 23 Aug: Building, Office Space CLIN 0009: 12 Aug ? 23 Aug: Building, Office Space CLIN 0010: 12 Aug ?23 Aug: Building, Chow Hall CLIN 0011: 12 Aug ? 23 Aug: Building, Utility Fixed Fee Expense CLIN 0012: 12 Aug ? 23 Aug: Buildings Series Complex, Utility Fixed Fee Expense CLIN 0013: 12 Aug ? 23 Aug: Delivery of 1200 gallons of bottled water CLIN 0014: 12 Aug: Catering for 30 people (Dinner Only) CLIN 0015: 13 Aug ? 14 Aug: Catering for 30 people (Breakfast and Dinner) CLIN 0016: 15 Aug: Catering for 30 people (Breakfast only) CLIN 0017: 15 Aug: Catering for 170 People (Dinner only) CLIN 0018: 16 Aug -22 Aug: Catering for 170 people (Breakfast, Lunch, and Dinner) CLIN 0019: 23 Aug: Catering for 170 people (Breakfast only) CLIN 0020: 15 Aug ? 22 Aug: Snacks for 85 people. CLIN 0021: 12 Aug ? 23 Aug: (4) portable toilets at specified locations w/ daily waste removal & upkeep. CLIN 0022: 12 Aug -- 23 Aug: Building Complex, One roll off trash bin with one service anticipated CLIN 0023: 12 Aug ? 23 Aug: MOUT Facility: Two Roll off dumpsters. CLIN 0024: 12 Aug ? 23 Aug: Housing Area: One 3-yard trash bin (delivery & pick-up only) CLIN 0025: 12 Aug ? 23 Aug: Building: One 3 yard trash bin with three services anticipated. CLIN 0026: 12 Aug ? 23 Aug: ASP: One three yard trash bin (delivery and pick-up only) CLIN 0027: 12 Aug ? 23 Aug: Electrical plug adapters CLIN 0028: 17 -21 Aug: 30 role players for 8 hours, Five days. Evening to early morning shifts anticipated. NSWG will provide any personal protective equipment, gloves, face masks & paintball type weapons & ammunition to simulate mock fire fights. CLIN 0029: Dates TBD: Building, Base Theater: CLIN 0030: Dates TBD: Building, Commercial Dormitory Building The requirement is for a firm-fixed price type contract. Contractor is required to provide a technical plan explaining how they will meet the technical specifications and also a statement on its delivery schedule. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation (including potential site visits, if requested) are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers ! shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial I! tem applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. 52.244-6 Subcontracts for Commercial Items. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regul! ation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee?s Premises. The Government intends to evaluate offerors based on Evaluation Commercial Items with paragraph completed as follows: N00244M313 EVALUATION OF OFFERS ?USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (ii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. To even be evaluated as technically acceptable/unacceptable, the Offeror must furnish a technical plan and product literature that demonstrates that the offeror can meet all requirements stated in the Statement of Work. (c) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) 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 up to three prior similar contracts performed within the past three years. See the end of this notice for a sample past performance history sheet. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers 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. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and all technical information must be received no later than 3:00 PM (Pacific Savings Time), 18 July 2005 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ N00244L295 OFFEROR PERFORMANCE DATA (JUN 2000) (FISC SAN DIEGO) #1 The offeror shall demonstrate past performance through completion of the "Contractor Performance Data Sheet". The Contractor Performance Data Sheet shall be completed in its entirety. Data other than that requested on the Contractor Performance Data Sheet will not be considered. Additionally, offerors are urged to submit brief and concise responses, within the confines of the space allotted. Failure to submit the completed Contractor Performance Data Sheet (along with the proposal) shall be considered certification (by signature on the proposal) that the contractor has no past performance for like or similar items for the Government to evaluate. CONTRACTOR PERFORMANCE DATA SHEET NOTE: THE INFORMATION PROVIDED MAY BE USED TO EVALUATE THE OFFEROR'S PAST PERFORMANCE IN MEETING COSTS/PRICE, TECHNICAL, AND DELIVERY OBJECTIVES. THE RESULTS MAY BE USED IN THE OVERALL COMPARATIVE EVALUATION OF THE OFFEROR(S) IN ACCORDANCE WITH SECTION M OF THE REQUEST FOR PROPOSAL. Contractor Name: RFP # Address: POC: (Person who can verify data) Telephone: Division: FAX: List Performance Data ion your five most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items under this RFP. (If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report). 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) COST FOR COST TYPE CONTRACTS: Was the original contract estimated cost met? YES NO * (Explanation) If the estimated cost was not met, what was the positive/negative percentage of change? + - OTHER PERTINENT INFORMATION Describe any corrective action(s) initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective action(s) taken.
- Web Link
-
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00845563-W 20050714/050712212411 (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 |