Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

R -- Financial Program and Program Management Professional Support Services

Notice Date
9/24/2008
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247008R2017
 
Response Due
9/26/2008
 
Archive Date
10/11/2008
 
Point of Contact
Pamela J. Argilan 757-322-8261
 
Small Business Set-Aside
Total Small Business
 
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 proposed contract action is for commercial supplies or services for which the Government intends to solicit under a Small Business Set-Aside under the authority of FAR 19.5. This notice of intent is a request for competitive proposals. All proposals received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The RFP number is N62470-08-R-2017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. It is the responsibility of the contractor to be familiar with the applicable clauses, provisions, and scope of work. 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 is 541611 and the Small Business Standard is $7 Million. The Government anticipates awarding a Labor Hours type contract with a total estimated 1,000 labor hours. The NAVAL FACILITIES ENGINEERING COMMAND requests responses from qualified sources capable of providing CLIN 0001: Provide personnel support to NAVFAC necessary to meet the requirements of OPNAV N1's Program Review Process for FY2011 utilizing the Intelligent Workbook as described in the attached scope of work, dated 22 September 2008. Period of performance is 30 September 2008 through and including 29 September 2009. Responsibility and Inspection: unless otherwise specified in the order, the vendor is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 ALT I, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items within FAR 52.212-5, the following clauses apply and are incorporated by reference: 52.225-13, Restrictions on Certain Foreign Purchases 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 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 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52,222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). The following DFAR provisions and clauses are applicable to this procurement:252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-3, Gratuities 252.205-7000, Provisions of Information to Cooperative Agreement Holders 252.225-7012, Preference for Certain Domestic Commodities 252.226.7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.227-7015, Technical Data-Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.243-7002-Request for Equitable Adjustment Additional Contract Clauses and Provisions Applicable to this Procurement are:52.204-7 Central Contract Registration52.209-5, Certification Regarding Responsibility Matters52.213-2, Invoices52.215-5, Facsimile Proposals - Facsimile number 757-322-406452.233-2, Service of Protest252.204-7004 Alt A, CCR Alternate A252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country252.232-7010, Levies on Contract Payments Additional Contract Terms and Conditions applicable to this procurement are: EVALUATION OF QUOTATIONS This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a Simplified/Streamlined acquisition process will be used in the evaluation and award of the contract. The proposals shall be submitted to the following email address: Pamela.argilan@navy.mil. This announcement will close at 4:00 P.M. on Friday, September 26, 2008. Contact Pam Argilan who can be reached at 757-322-8261 or email Pamela.argilan@navy.mil. Oral communications are not acceptable in response to this notice. Central Contractor Registration (CCR). Offerors 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/. The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Past Performance, Qualifications of Personnel, and Price. EVALUATION FACTORS 1. The evaluation factors for this procurement are: Factor I: Past PerformanceFactor II: Qualifications of PersonnelFactor III: Price Past Performance Submittal Requirements:Vendors are required to provide information on no more than three (3) of the firm's most recently completed contracts/projects (not to exceed five (5) years since completion) that are relevant to the services being provided under this solicitation. Relevance is defined as similarity in scope, complexity and magnitude, i.e. similar size/dollar value and degree of administrative, managerial, and technical difficulty. Vendors may submit past performance on less than three (3) contracts/projects but no more than three (3). Past performance as a prime contractor on Federal contracts, especially DoD, will be preferred over and scored higher than past performance on state and local government and commercial contracts. Submit Federal, then state and local government, or commercial contracts, in that order of preference, to complete this submission. Past performance as the prime contractor will be preferred over and scored higher than past performance as a subcontractor. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Vendors should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of this solicitation. For each contract/project, provide the following information:1. Contractor Name2. Contract Number3. Point of Contact with client for reference verification including, name, phone number, and email address4. Detailed description of work performed5. Dollar value of contract/project6. Period of performance7. Name(s) of any subcontractors used, if any, and description of work performed by the subcontractors Key Personnel Submittal Requirements:Resume for the proposed personnel to perform under this contract, which includes describing relevant experience and technical capability related to the statement of work for this contract. Price Submittal Requirements:Offerors shall provide pricing and supporting breakdown including: labor categories, labor hours, labor rates, overhead, fringe benefits, G&A, and profit for a total estimated 1,000 labor hours of effort. The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Prior to award, the government may request additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. SELECTIONThe Government intends to evaluate quotes and award a contract using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance when compared to other quotations. The Government reserves the right to award to other than the lowest priced vendor. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7f3e479af77d90ff614e02b3b1a821ae&tab=core&_cview=1)
 
Record
SN01681094-W 20080926/080924223932-81aa6d24f9994eee433006bf6a8cdd5e (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.