Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

R -- Professional Management Services

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339407T0067
 
Response Due
9/14/2007
 
Archive Date
10/14/2007
 
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 the only solicitation; Request for Quotations is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. Solicitation Number N63394-07-T-0067 is issued as a Request for Quotation (RFQ). This action is being pursued as a full and open competition. It is not a small business set-aside. The associated North American Industry Classification System (NAICS) code for this requirement is 541611 with a size standard of $6.5Million. The Navy anticipates negotiating a one (1) year contract for the base period of performance plus four 12-month option periods. The contract type will be a commercial Simplified Acquisition Procedures (SAP) purchase order with firm-fixed price Contract Line Items (CLINS) for labor and travel. The following items and quantities are required: Description Quantity Unit of Issue Extended Amount CLIN 0001 ? Base Period Provide Professional Management 1 Lot Services - Senior Management Specialist. In accordance with the Performance Work Statement (PWS). CLIN 0002 ? Base Period Provide Professional Business Management 1 Lot Services ? Senior Business Management Specialist. In accordance with the PWS CLIN 0003 ? Base Period First Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0004 ? Base Period Second Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0005 ? Base Period Third Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0006 ? Base Period Fourth Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0007 ? Base Period Travel ? In accordance with PWS, Paragraph 1 Lot 11.40. CLIN 0008 ? Option One Provide Professional Management 1 Lot Services - Senior Management Specialist. In accordance with the Performance Work Statement (PWS). CLIN 0009 ? Option One Provide Professional Business Management 1 Lot Services ? Senior Business Management Specialist. In accordance with the PWS CLIN 0010 ? Option One First Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0011 ? Option One Second Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0012 ? Option One Third Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0013 ? Option One Fourth Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0014 ? Option One Travel ? In accordance with PWS, Paragraph 1 Lot 11.40. CLIN 0015 ? Option Two Provide Professional Management 1 Lot Services - Senior Management Specialist. In accordance with the Performance Work Statement (PWS). CLIN 0016 ? Option Two Provide Professional Business Management 1 Lot Services ? Senior Business Management Specialist. In accordance with the PWS CLIN 0017 ? Option Two First Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0018 ? Option Two Second Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0019 ? Option Two Third Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0020 ? Option Two Fourth Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0021 ? Option Two Travel ? In accordance with PWS, Paragraph 1 Lot 11.40. CLIN 0022 ? Option Three Provide Professional Management 1 Lot Services - Senior Management Specialist. In accordance with the Performance Work Statement (PWS). CLIN 0023 ? Option Three Provide Professional Business Management 1 Lot Services ? Senior Business Management Specialist. In accordance with the PWS CLIN 0024 ? Option Three First Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0025 ? Option Three Second Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0026 ? Option Three Third Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0027 ? Option Three Fourth Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0028 ? Option Three Travel ? In accordance with PWS, Paragraph 1 Lot 11.40. CLIN 0029 ? Option Four Provide Professional Management 1 Lot Services - Senior Management Specialist. In accordance with the Performance Work Statement (PWS). CLIN 0030 ? Option Four Provide Professional Business Management 1 Lot Services ? Senior Business Management Specialist. In accordance with the PWS CLIN 0031 ? Option Four First Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0032 ? Option Four Second Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0033 ? Option Four Third Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0034 ? Option Four Fourth Quarter Travel ? In accordance with 1 Lot PWS, Paragraph 10.50. CLIN 0035 ? Option Four Travel ? In accordance with PWS, Paragraph 1 Lot 11.40. The offeror must provide the information contained in 52.212-1 Instruction to Offeror-Commercial Items applies to this acquisition. Offerors should pay particular attention to this clause. FAR 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 will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical and Management: Technical and Management is subdivided into two sub-factors: Personnel Qualifications and Experience (Resumes), and Education. Sub Factor (a) Personnel Qualifications and Experience (Resumes): Submitted resumes must meet or exceed the personnel qualifications specified by labor category in the Performance Work Statement (PWS). Each resume is limited to two (2) pages. The following minimum information shall be contained within co ntractor furnished resumes: Employee Name, Years of professional experience, current position title, educational history, chronology of professional experience, current level of security clearance, and current signed ?Letter of Intent?. The Government will evaluate the qualifications of each offeror?s proposed personnel. Personnel Qualification and Experience (Resume) will be evaluated based on resume information provided. Experience shall be evaluated based on work performed for like, or similar, requirements to that described in the PWS, with more weight provided for direct experience doing like or similar work within the last five years. Sub Factor (b) Education: Personnel must meet or exceed the education requirements as defined in the solicitation and PWS, with more weight provided to candidates with an MBA or related degree. The offeror shall be evaluated on education standards described in the solicitation and PWS. Evaluation Factor 2: Past Performance: The Offeror shall submit information describing the company?s past perfor mance on relevant contracts and subcontracts for effort identified in the Performance Work Statement (PWS), that the company has completed within the last (3) years or, which have been in progress for at least one (1) year. Include the names of references that can verify that you have done the type of work specified in the PWS under a previous contract(s) and who are willing to provide information about the quality of your past performance. The references for these contracts shall include client agency name and address, client name, phone number, contract number, and duration of support. An offeror that does not have any past performance will receive a neutral rating. The offeror shall submit no fewer than two (2) references or more than (4) with 2 pages per reference. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside the Government. The Government reserves the right not to contact all the references submitted by the offeror. Past Performance will be evaluated on the degree to which the offeror has satisfied its customers in the past on previous contracts that are relevant to the contract requirements of the PWS. Past performance information shall be used for both responsibility determinations and as an evaluation factor against which offeror?s relative rankings will be compared to assure best value to the Government. Information utilized will be obtained from the consumer protection organizations, and others who may have useful and relevant information. The offeror?s customers will be contacted and asked: (i) That the offeror was capable, efficient and effective; (ii) That the offeror?s performance conformed to the terms and conditions of the contract; (iii) That the offeror was reasonable and cooperative during performance; and (iv) That the offeror was committed to customer satisfaction; and if given a chance would they select the same or a different contractor. Relative Importance of the Evalua tion Factors are as follows: Factor (1) is significantly more important than factor (2). Within factor (1), sub factors (a) and (b) are equal. All technical evaluation factors other than proposed price when combined, are significantly more important than price, however, the importance of price as an evaluation factor will increase with the degree of equality of proposals in relation to the other factors. Price: The offeror shall provide a cost proposal in sufficient detail to determine unit price, total price for each CLIN, and total contract price. Award shall be made to the responsible offeror who is determined to be the Best Value to meet the Government?s needs based upon an integrated assessment of the evaluation factors. The Government reserves the right to award the contract to other than the lowest priced offeror. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, with their o ffer, and also at DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232 -25 Prompt Payment; FAR 52.232-33 Payment by Electronic Funds Transfer -Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.242-13 Bankruptcy; FAR 52.244-6 Subcontracts for Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Proposals shall be submitted on 8 ? x 11-inch paper with printing on one side only. The proposal should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). One proposal and three copies shall be received at the below address by hardcopy or email no later than the closing date. FAR provision 52.212-3 shall be submitted with the offerors proposal. Proposals are due by 4:00 PM PST, 14 September 2007 to Naval Surface Warfare Center, Port Hueneme Division, 4363 Missile Way, Code 111, Port Hueneme, California 93043-4307, ATTN: Kittie S. Ellison, (805) 228-0601, fax number (805 ) 228-6298 or e-mail: cathleen.ellison@navy.mil. CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS)/PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM (PPIRS) (a) Pursuant to FAR 42.1502, this contract is subject to DoD?s Contractor Performance Assessment System (CPARS). CPARS is an automated centralized information system accessible via the Internet that maintains reports of contractor performance for each contract. CPARS is located at: http://cpars.navy.mil. Further information on CPARS is available at that web-site. (b) Under CPARS, the Government will conduct annual evaluations of the contractor?s performance. The contractor has thirty (30) days after the Government?s evaluation is completed to comment on the evaluation. The opportunity to review and comment is limited to this time period and may be extended on a case by case basis. Failure to review the report at this time will not prevent the Government from using the report. (c) The CPARS system requires the Government to assign the contractor a UserID and password in order to view and comment on the evaluation. Provide the name(s) of at least one individual (but not more than three) that will be assigned as your Defense Contractor Representative for CPARS. (d) Additionally the Government in conducting source selection may access Past Performance Information Retrieval System (PPIRS). This system provides timely and pertinent contractor past performance information for use in making source selection decisions. PPIRS assist Federal acquisition officials make source selections by serving as the single source for contractor past performance data. Past performance information includes, for example, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects o f performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the contractor's business-like concern for the interest of the customer. Confidence in a prospective contractor's ability to satisfactorily perform contract requirements is an important factor in making best value decisions in the acquisition of goods and services. Past performance information is one indicator of an offeror's ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor's performance shall be considered. (e) Contractors may view only their own data at www.ppirs.gov. Contractor access to PPIRS is gained through the Central Contractor Registration (CCR) (www.ccr.gov) process. A contractor must be registered in CCR and must have created a Marketing Partner Identification Number (MPIN) in the CCR profile to access their PPIRS information. Offerors must be registered in the Central C ontractor Registration (CCR). Lack of registration in the CCR will make an offeror ineligible for award. Note # 12 applies to this procurement.
 
Record
SN01395894-W 20070907/070905222052 (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.