Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
SOLICITATION NOTICE

38 -- The requirement is for labor, materials, facilities and services necessary to engineer, fabricate, install, test and deliver Concrete Volumetric Mobile Mixer.

Notice Date
7/21/2008
 
Notice Type
Presolicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Specialty Center Acquisitions NAVFAC, N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258308R0084
 
Response Due
8/11/2008
 
Archive Date
8/26/2008
 
Point of Contact
Stephen Oden 805-982-3941 n/a
 
Small Business Set-Aside
N/A
 
Description
N62583-08-R-0084 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is 100% Unrestricted with a North American Industry Classification System (NAICS) code 333120, Construction Machinery Manufacturing, with a Small Business Size Standard number of employees as 750. A separate written solicitation will not be issued REQUIREMENTS This requirement is for labor, materials, facilities and services necessary to engineer, fabricate, install, test and deliver Concrete Volumetric Mobile Mixer of 8 cubic yard capacity, Diesel Engine, 110 HP, JP8 compatible with modifications to be Tier 3 EPA compliant, producing up to 30 cubic yards per hour and meeting the requirement of ASTM C-68S (See Attachment 1-Statement of Work). INSTRUCTIONS TO OFFERORS The solicitation will be available by INTERNET ACCESS ONLY. All solicitations documents and amendments thereto will be posted on the NECO (Navy Electronics Commerce Online) website https://www.neco.navy.mil and on the FEDBIZ http://www.fedbizopps.gov. It shall be the contractors responsibility to check the websites for any amendments. In compliance with FAR 52.212-1, Instructions to Offerors-Commercial Items: (a). Inquiries by Offerors: Questions concerning any aspects of this synopsis/solicitation shall be submitted in writing via E-mail to Stephen Oden at stephen.b.oden@navy.mil before 12:00 p.m., PST, 07 August 2008 (Please use the following title in the email subject line: N62583-08-R-0084 Questions); (b). In compliance with FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, the Contractor is required to register with the Department of Defense Central Contractor Register (CCR) and the Online Representations and Certifications Applications (ORCA). The DOD CCR can be reached at (866)705-5711 or http://www.ccr.gov ;(c). Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.(d). Offerors are encouraged to use Standard Form 1449, Solicitation/Contract/Order for Commercial Items, to submit their offer. Standard Form 1449 can be found at http://www.gsa.gov/forms/pdf_file. (e). Offerors are required to submit a written technical proposal which focuses on their qualifications. The submitted Technical Proposal must address the following: Factor #1 Corporate ExperienceDescribe previous experience of your company, personnel, and proposed subcontractors, in working with each other as a team on project(s) of similar scope and magnitude to this project. Offeror shall not exceed five (5) pages, single-spaced, 12 point font in providing information as requested above if able to meet the requirements of contract without subcontractors or consultants. Offeror shall not exceed ten (10) pages, single-spaced, 12 point font in providing information as requested above if relying upon subcontractor or consultants to meet the requirement of contract. Factor #2 Past PerformanceProvide recent past performance on the Past Performance Form (Attachment 2) for each contract (up to 4 contracts), similar in size and complexity of this synopsis/solicitation. Recent past performance is considered to be work completed or substantially completed within the past three (3) years of this synopsis/solicitation closing date. All contracts currently in process must be provided. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial customers. The Government reserves the right to contact any other sources of information that may have knowledge or information on an offerors relevant past performance history. The Past Performance Questionnaire (Attachment 3), must be completed by the past performance references identified in Attachment 2 and submitted to the identified Contracting Officer by the closing date and time of this synopsis/solicitation. If the questionnaires received by the date and time indicated are incomplete, they shall not be considered a material flaw in the proposal; however, such non-receipt of completed questionnaire may adversely affect the rating of this factor. Any Past Performance Surveys (Attachment 2 and/or Attachment 3) received after the closing date and time of this synopsis/solicitation will not be accepted or evaluated--WITHOUT EXCEPTION. Offeror shall not exceed six (6) pages, in providing the information requested above. If the offeror is relying upon subcontractors or consultants to meet the requirement of contract, past performance for those contractors will also be evaluated. These same instructions apply to, and the same documentation is required for, subcontractors or consultants used to meet this requirement. Factor #3 Subcontracting PlanOfferors identified as large businesses, (i.e. over 750 employees under the NAICS code 333120) shall be required to provide a completed acceptable subcontracting plan, Attachment 4, as determined by the Contracting Officer, with their proposal. If the apparently successful offeror fails to negotiate a subcontracting plan acceptable to the Contracting Officer within the time limit prescribed by the Contracting Officer, the offeror will be ineligible for award. Factor #4 PriceThe Government intends to award a single Firm Fixed Price contract. Please provide price for CLINs below: CLIN 0001 Mixer, Concrete, Volumetric5 EACLIN 0002Technical Manuals3 EACLIN 0003Training Naval Construction Training1 EACenter, Port Hueneme, CACLIN 0004Training Naval Construction Training1 EACenter, Gulfport, MSCLIN 0005Special Tools1 EACLIN 0006Spare Parts1 EA (d). Your proposal shall be submitted to the following delivery address, either by U.S. postal or via commercial delivery service, no later than 2:00 P.M. PST, August 11, 2008, at the Naval Facilities Engineering Command Southwest, Specialty Center Acquisitions NAVFAC, Code RAQN0, Naval Base Ventura County, Attn: Stephen Oden, 1205 Mill Road, Bldg. 850, Port Hueneme, CA 93043-4347. Electronic submission is acceptable. EVALUATIONS In accordance with FAR 52.212-2 Evaluation-Commercial Items, The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whos offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Factor #1 Corporate Experience The evaluation of corporate experience examines the relationship of your company, personnel, and proposed subcontractors, in working with each other as a team on recent or relevant past project(s) of similar scope and magnitude to this project. Factor #2 Past Performance Evaluation of past performance will often be subjective. The evaluation of past performance will include the contractors history of reasonable and cooperative behavior, commitment to customer satisfaction, record of conforming to applicable law and industry standards, quality of workmanship, record of recommending and/or implementing innovative approaches and/or technologies, record of controlling costs, safety performance record, and adherence to schedules. If the offeror is relying upon subcontractors or consultants to meet the requirement of contract, past performance for those contractors will also be evaluated. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any offerors proposal which has no relevant past performance history, while rated neutral, may not represent the most beneficial proposal to the Government and thus, may not be competitive when compared to proposals of other offerors. In addition, the Contracting Officer has the discretion to retrieve information via offeror supplied reference commercial sources, and federal sources including the Past Performance Information Retrieval System and Excluded Parties List System. Past performance information shall pertain to work performed that is similar to work outlined in the Statement Of Work. In determining relevance, consideration will be given to contracts of similar project complexity, scope, type, and schedule. Factor #3 Subcontracting Plan Evaluation will be based on how well percentages, as identified by the Small Business specialist from SBA for NAVFAC targets, are met. Factor #4 Price The price proposal will be evaluated to determine the reasonableness, realism, and completeness of the offerors proposal. One or more of the following techniques will be used to ensure a fair and reasonable price: 1.Comparison of proposed prices received in response to the solicitation.2.Comparison of proposed prices with the independent Government estimate.3.Comparison of proposed prices with available historical information.4.Comparison of proposed prices with resources proposed. A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal being considered unacceptable. Relative Importance of the Evaluation Factors: Corporate Experience and Past Performance, when combined, are approximately equal to price. Alignment with training and Parts Infrastructure: Due to Government investment in technical training and spare parts, it is in the Governments best interest to select equipment similar to the current inventory. In evaluating two similar proposals, the system aligning with current Government training and repair parts inventory will be graded more favorably than a proposal not in alignment with current Government training and repair parts inventory. No contract award will be made to any contractor that is not already registered or is in process of registering on the CCR and ORCA. CONTRACT TERMS AND CONDITIONS The following FAR/DFAR clauses applies:FAR 52.212-4, Contract Terms and conditions-Commercial ItemsFAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007)DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (APR 2007)DFAR 252.211-7003, Item Identification and Valuation (JUN 2005)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=78920d9bc7f0daa7c9cdcbaec5e167eb&tab=core&_cview=1)
 
Record
SN01618461-W 20080723/080721221523-a85481f99b4c44f3d70b999b53b082b9 (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.