Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

R -- Commercially Available Web-based Reverse Auctioning Services

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454112 — Electronic Auctions
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0274
 
Response Due
7/30/2010
 
Archive Date
8/14/2010
 
Point of Contact
David Felling 757-443-1964 Melinda Simmons-Healy 757-443-1371
 
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 (https://www.neco.navy.mil/). The RFQ number is N00189-10-T-0274. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42 and DFARS Change Notice 2010-0623. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. This acquisition will be a 100% Small Business Set-Aside; the North American Industry Classification System (NAICS) code is 454112 and the Small Business Standard is $25 M. The Department of Navy (DON) is seeking commercially available web-based reverse auctioning services that allow the DON buyers to post specific requirements to obtain offers for commodities and services from different suppliers within the provider network maintained by the Reverse Auction Service Provider. The goal is to reduce direct and indirect purchase costs and to capture detailed spend data. Buyers shall have the ability to set a target price, specify that the winning price must be equal to or better than this target price, optionally set the criteria for selecting the winner (s), include DON terms and conditions, and set a specified start and end date of each auction. Suppliers shall be able to submit a successively lower quote than the target price or leading quote to anonymously compete for a DON requirement. Vendors shall not have knowledge of the identities of the other vendor's participating in auction. At the end of the auction, the buyer shall have the option to select the winner(s) manually. The Fleet and Industrial Supply Center, Strategic Sourcing Division located at the Naval Station, Norfolk, VA requests responses from qualified sources capable of providing: Item 0001 - The contractor shall provide user-friendly web-enabled capabilities to purchase commodities through a reverse auction mechanism that does not require the download or installation of any software. This requirement is being limited to Commercial-Off-The-Shelf (COTS) Supply auctions. The period of performance for the base year will be from October 1, 2010 through September 30, 2011. There are also three option years to be made available at the government's discretion. Item 0002 - Option Year 1 - October 1, 2011 through September 30, 2012.Item 0003 - Option Year 1 - October 1, 2012 through September 30, 2013. Item 0004 - Option Year 1 - October 1, 2013 through September 30, 2014. The web-enabled auctioning interface shall permit personnel to conduct real-time competed auctions for different contract vehicles by posting online reverse auction formatted solicitations, utilize best value award criteria, and establish auction start/end time. The system shall be versatile to allow buyers to have complete control of the bidding process to post auctions, cancel auctions at any time if it is in the best interest of the Government, and make award to any vendor within the bid pool. There will be approximately 10 sites where buyers may utilize the system. Each site could have approximately 25 individuals utilizing the system with the potential to increase to approximately 40 users at each site. Hours of Work: Contractor is expected to provide online access for these services 24 hours a day, 7 days a week, and 365 days per year, except for scheduled maintenance time after hours. Technical and customer support shall be available Monday through Friday, except Federal holidays, between the hours of 8:00 AM and 5:00 PM (EST). Federal holidays for each year of performance can be found at: http://opm.gov/Operating_Status_Schedules/fedhol/2010.asp In addition, the contractor is expected to provide to the following: 1.User training2.Set up accounts for users3.Provide technical support/user support (help desk) to address problems with the system4.Weekly Help Desk Reports summarizing and detailing all customer calls to Help Desk,5.Provide a qualified list of suppliers6.Recruit and train new sellers to expand the supplier pool7.Notify vendors of any new postings8.Allow suppliers/bidders to bid down price and submit multiple bids9.Hide the identity of bidders so it is unknown to each other10.When necessary, the contractor shall serve proxy to post and cancel bids11.Provide expert reverse auctioning advice when necessary (i.e. timeframe of bids, cancellation and reposting of bids, etc.)12.Provide necessary online access to the following information about each activity/bid13.Summary of all bids submitted per event14.Details of each bid submitted per event15.Vendor's specific information (i.e. Company name, address, point of contact, POC's phone number and e-mail address, company's tax number, company's DUNs number, etc16.Allow buyers to utilize existing multiple-award contracts (MAC's) or government-wide-acquisition contracts (GWAC's) with the system17.Create and maintain solid relationships with the user community18. Deliverables / Monthly Reports: The Contractor shall submit a monthly report summarizing and detailing all procurement activities for the previous month including but limited to all posted, awarded, and canceled procurements with the date of action, total dollar amount, name of buyer, name of contracting activity, business size, contract vehicle utilized, and percentage savings based on a total target price set by the buyer.19.Deliverables / Annual Reports: At the conclusion of each year of performance as indicated in section 18 of this document, the contractor shall create a comprehensive report that lists all procurement activities for the year that includes all elements listed above under the Monthly Reports Section20.Period of Performance: The period of performance for furnishing services is 12 months from date of the contract award, with three twelve month option periods, subject to the Government's needs and the availability of funds. NOTE: Using FAR 13.5 simplified acquisition procedures, all quotes will be evaluated for best value based on Technical Capabilities, Past Performance, and Price. Prospective service providers shall provide an explanation of how their e-procurement system works, addressing each of the 20 factors stated above, and identify the transaction fees and other charges, if any, they may charge the vendors seeking to sell supplies to the Navy in response to a solicitation that uses the Reverse Auction Service Provider (RASP) online reverse auction e-procurement system. The e-procurement system shall have the ability to incorporate and comply with all necessary clauses and provisions, including, but not limited to, those pertaining to Section 508 of the Rehabilitation Act and the Buy American Act, Trade Agreements Act, and Appropriations Act restrictions as they apply to procurements of the Department of Defense. The prospective service providers shall also affirmatively acknowledge in writing that (1) they understand that funds are not and will not be available for this contract; (2) no legal liability on the part of the Government for any payment will ever arise from this contract; and (3) for any and all compensation for performing the services required by the terms of this contract, they shall rely entirely and exclusively on transaction fees and other charges, as set forth in the contract terms and conditions, charged to and collected from the vendors seeking to sell supplies to the Navy in response to a solicitation that uses the RASP's online reverse auction e-procurement system. To evaluate technical capabilities, all those providing quotes are required to submit an 8 x 11" three-page narrative that describes a prior approach to meeting the Statement of Objectives requirements on a Reverse Auction Services initiative along with the overarching process that was involved in supporting a Reverse Auction e-procurement system on a previous Federal award service contract. Ability to respond in short time frames, i.e. turnaround times, the amount of time it takes from receipt of requisition to the start of the reverse auction will be rated as Highly Acceptable (HA), Acceptable (A), or Unacceptable (U). The inability to show the capability to include clauses related to the Buy American Act; Free Trade Act, and Appropriation Act restrictions into reverse auctions will be cause to deem quote technically unacceptable. The RASP network will be rated as Highly Acceptable (HA), Acceptable (A), or Unacceptable (U.) Past performance will be used as a means of evaluating the relative capability of the Vendor to successfully meet the requirements of this solicitation. In addition to PPIRS, vendors are required to provide information including contract numbers, period of performance and point of contact (POC) information on no more than five (5) of the firm's most recently completed Federal Government contracts (not to exceed five (5) years since completion) for like or similar to the services being provided under this RFQ. 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. Past performance will be rated as Highly Acceptable (HA), Acceptable (A), Neutral (N) or Unacceptable (U.) Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. Price will be evaluated via proposed seller's fees. The lowest seller's fee will be considered by the government to be the lowest price. Adjectival RatingDescriptionHighly Acceptable (HA)Quote meets and exceeds the requirements for an acceptable rating; a high probability of success in contract performance is demonstrated through some or all of the following: (1) the quote exceeds the solicitation requirements, and the excesses are beneficial to the Navy; (2) the quote offers innovations and/or creative approaches that are beneficial to the Navy; (3) the quote demonstrates a superior understanding of the solicitation requirements and/or; (4) the level of performance risk associated with the quote is substantially less than the level expected from a competent quoter. Quote Demonstrates: Superior accomplishment of contract requirements and very high customer satisfaction. Very Low Performance Risk: Based on the quoter's performance record, very little doubt exists that the quoter will successfully perform the required effort. Acceptable (A)Quote meets all the requirements of the solicitation with no deficiencies or affirmative exceptions to the solicitation requirements. A "deficiency" is a material failure of a quote to meet a solicitation requirement or a combination of significant weaknesses in a quote that increases the risk of unsuccessful contract performance to an unacceptable level. A "significant weakness" in the quote is a flaw that appreciably increases the risk of unsuccessful contract performance. A good probability of success in contract performance is demonstrated as follows: (1) the quote reflects a satisfactory understanding of the solicitation requirements; and (2) the level of performance risk associated with the quote is no more than the level expected from a competent quoter. Quote Demonstrates: Fully compliant accomplishment of contract requirements and positive customer satisfaction. Low Performance Risk: Based on the quoter's performance record, minimal (but perhaps some) doubt exists that the quoter will successfully perform the required effort. Unacceptable (U)Quote fails to meet requirements of the solicitation to the extent that one or more of the following conditions exists: (1) the quote contains deficiencies and/or affirmative exceptions to the solicitation requirements that are so substantial that they could not be corrected (i.e., the revisions required to make the quote acceptable would be tantamount to an entirely new quote); (2) the quote demonstrates a general lack of understanding of the solicitation requirements and/or; (3) the level of performance risk associated with the quote is so significant that it is unlikely the quote would result in satisfactory contract performance. Quote Demonstrates: Failure to properly accomplish contract requirements and failure to satisfy customer. Very High Performance Risk: Based on the quoter's performance record, it appears unlikely the quoter will successfully perform the required effort.Neutral(Applies only to Past Performance Factors)It is determined that the quoter has no relevant past performance. (1)Delivery is October 1, 2010. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The anticipated contract will be firm fixed-price. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (invoking 52.203-6, 52.219-4, 52.219-6, 52.219-14, 52.219-8, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37;52.225-13; 52.232-33); 52.217-5 Evaluation of Options. Those submitting quotes are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (invoking 52.203-3; 252.225-7001; 252.225-7036 252.225-7012; 252.225-7014; 252.225-7021); DFAR 252.225-7001 Buy American Act and Balance of Payment Program. (2)NON-AVAILABILITY OF FUNDS:(a) Funds are not and will not be available for this contract. Accordingly, this contract does not and shall not, under any circumstances, create or result in an obligation of funds from which payment from the government for contract purposes can be made. No legal liability on the part of the Government for any payment will ever arise from this contract. (b) For any and all compensation for performing the services required by the terms of this contract, the RASP shall rely entirely and exclusively on transaction fees and other charges, as set forth in the contract terms and conditions, charged to and collected from the vendors seeking to sell supplies to the Navy in response to a solicitation that uses the RASP's online reverse auction e-procurement system."(3)Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Contractors are asked to submit their TAX ID number DUNS number and CAGE code with their quote. This announcement will close at 2:00 PM EST on Friday 07/30/10. Contact is David Felling who can be reached at 757-443-1964 or via email at david.felling@navy.mil. A secondary Point of Contact is Melinda Simmons-Healy, who can be reached at (757) 443-1371, or via email at melinda.simmonshealy@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be evaluated for best value based on Technical Capabilities, Past Performance, and Price (proposed seller's fee). Central Contractor Registration (CCR), quoters 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/. METHOD OF QUOTE SUBMISSION: email to david.felling@navy.mil or fax offers to 757-443-1972, quotes over 10 pages will not be accepted via facsimile. All quotes shall include service pricing information, FOB Destination, a point of contact, name, phone number and email address, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. IMPORTANT NOTE: ALL QUOTES MUST BE ACCOMPANIED BY MANUFACTURER'S LITERATURE, SPECIFICATIONS ETC, SUFFICIENT IN DETAIL FOR A COMPLETE TECHNICAL EVALUATION OF THE ITEM(S) OFFERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0274/listing.html)
 
Record
SN02191924-W 20100701/100629235408-dfe0f557cfdb15ae785d1ffa61531da6 (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.