Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

R -- VENDOR ACCESS CONTROL PILOT PROGRAM FOR COMMANDER, NAVY REGION SOUTHWEST INSTALLATIONS, SAN DIEGO, CA

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 FISC San Diego 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024207RCADV
 
Response Due
6/20/2007
 
Archive Date
7/20/2007
 
Point of Contact
BRAD CRAWFORD 619-532-2560
 
E-Mail Address
Email your questions to Contracting Officer
(bradley.crawford@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 Test Program for Commercial Items, FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-07-T-X001. This solicitation is restricted. NAICS Code 561621 and business size standard of $11.5 MILLION is applicable. See the attached statement of work for full explanation of the requirement. The intent of this pilot program is to evaluate an effective installation access control system for potential implementation throughout the Department of the Navy (DON). With this philosophy in mind, the Government will evaluate the Contractor?s proposal based on the following factors (listed in descending order of importance): (i) Proposed Cost/Price; (ii) Plan of Action and Milestones (POA&M) to install system and enroll personnel to a level where potential manpower savings can be achieved; (iii) Past performance of Contractor?s system at other Government installations; (iv) Joint base interoperability; (v) Potential for manpower savings without decreasing current Force Protection effectiveness; and (vi) usability and throughput of commercial vehicles, with particular emphasis on reducing wait times for commercial vehicles. Best value source selection procedures as defined in FAR Part 15 will be used. This pilot program applies to the specific areas of Navy Region Southwest only. This pilot program does not conflict with the Navy Enterprise-wide solution being investigated under GSA RFI DKTD07CB003S originally issued 29 January 2007. All data and associated findings of this pilot program may be shared with higher authority. The Government is seeking a Contractor willing to install its access control system, whereby the Government will not be liable for any funds; consideration shall be solely in the form of access to facilities on an exclusive basis to establish a ?pilot program?. Accordingly, any funds to be paid to the contractor shall be made directly to the Contractor by vendors, contractors, and other agencies servicing CNRSW that choose to participate in the pilot program. However, If a vendor chooses to submit a priced proposal, it shall be evaluated only in the event funds can be made available and it is otherwise determined in the Government?s best interest in accordance with the aforementioned Best Value criteria. Proposals shall be submitted on CD-ROM media only; paper copies will not be accepted. Proposal CDs may include multiple files in Microsoft applications (Word or Excel) or Adobe Acrobat; individual files should not exceed 5MB in size. Proposal CDs are due by 10:00 AM Pacific time on June 20, 2007 to Bradley Crawford, Contracting Officer, FISC San Diego, 937 Nor th Harbor Drive, Suite 719, San Diego, CA 92132. Al requests for info rmation shall be directed to the Contracting Officer only and shall be submitted in writing via e-mail to the e-mail address listed in this notice. The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of the product being offered. To be determined technically acceptable, the contractor must furnish technical information in accordance with FAR 52.212-1(b)(4). It is preferred that technical information be provided in Adobe ?pdf? file format, if possible. Contractors offering an ?equal? product to the product required by the Government are required to furnish complete technical specifications of the offered product. Failure to provide this information may render the quotation unacceptable for award based on the Contracting Officers determination. (ii) Past Performance: Provide Past Performance data on your companies two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price, and model/part number of product sold. Provide name of Government activity or commercial company, point of contact/phone number. This Performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide current pricing for each CLIN specified and a total cost for all material inclusive of transportation costs to San Diego, CA 92135. Pricing will be evaluated against other quotations received. Transportation costs quoted separately of the unit price are considered part of the quotation and will be evaluated accordingly. Only quotations which have been de termined to have met all factors will be considered for award. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit thi s provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 52.219-6 Notice of Small Business Set-aside-Jul 1996; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, 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, 52 .232-22 Payment by Electronic Funds Transfer-Central Contractor Regist ration; DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure complia nce with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 240, 619-532-2517, 619-532-1088 fax. Reference solicitation number: N00244-06-T-0855 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on August 21, 2006. Attachments: FAR 52.212-1 and FAR 52.212-3 are attached. Download to review and provide required information. SEE ATTACHED CNRSW VENDOR ACCESS CONTROL PILOT PROGRAM STATEMENT OF WORK FOR FULL DES CRIPTION OF THE REQUIRED SERVICES. NO FORMAL SOLICITATION DOCUMENT WI LL BE ISSUED.
 
Record
SN01297138-W 20070519/070517221547 (fbodaily.com)
 
Source
FedBizOpps 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.