Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2011 FBO #3388
SOLICITATION NOTICE

J -- Material Handling Equipment Maintenance Service - Contract Data Requirements List (CDRL) A001 - Attachment 1, Statement of Work - Contract Data Requirements List (CDRL) A002 - Attachment 3, Past Performance Evaluation Data - Attachment 2, Equipment Listing - Attachment 4, Past Performance Evaluation Form

Notice Date
3/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-0030
 
Archive Date
4/8/2011
 
Point of Contact
Patrick Smith, Phone: 7323237754
 
E-Mail Address
patrick.w.smith2@navy.mil
(patrick.w.smith2@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4, Past Performance Evaluation Form Attachment 2, Equipment Listing Attachment 2, Equipment Listing Attachment 3, Past Performance Evaluation Data Contract Data Requirements List (CDRL) A002 Attachment 1, Statement of Work Contract Data Requirements List (CDRL) A001 This is a combined synopsis/solicitation for commercial items authorized under Subpart 13.5 and 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; quotations are being requested and a written solicitation will not be issued. This solicitation number, N68335-11-R-0030, is issued as a competitive Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-31. This requirement is IAW the attached PWS/Specification. The NAICS code associated with this requirement is 811310, with a small business size standard of $7M. This acquisition is 100% small business set-aside. Contract Line Item Numbers are as follows: CLIN 0001, Year 1 - Preventative Maintenance to be performed every six (6) months (Firm-Fixed Price), 17 Units. CLIN 0002, Year 1 - Emergency Service Calls/Repair (Firm-Fixed Price), 110 total labor hours per year. CLIN 0003, Year 1 - Replacement Parts, with a Not-To-Exceed Ceiling of $20,000 (Firm-Fixed Price). CLIN 0004, Year 1 - Contract Data Requirements List (CDRL) Spill Responsibility - Not-Separately Priced (NSP). CLIN 0005, Year 1 - Contract Data Requirements List (CDRL) Service Request Report - Not Separately Priced (NSP). CLIN 0006, Year 2 - Preventative Maintenance to be performed every six (6) months (Firm-Fixed Price), 17 Total Units. CLIN 0007, Year 2 - Emergency Service Calls/Repair (Firm-Fixed Price), 110 total labor hours per year. CLIN 0008, Year 2 - Replacement Parts, with a Not-To-Exceed Ceiling of $20,000 (Firm-Fixed Price). CLIN 0009, Year 2 - Contract Data Requirements List (CDRL) Spill Responsibility - Not-Separately Priced (NSP). CLIN 0010, Year 2 - Contract Data Requirements List (CDRL) Service Request Report - Not Separately Priced (NSP). CLIN 0011, Year 3 - Preventative Maintenance to be performed every six (6) months (Firm-Fixed Price), 17 Total Units. CLIN 0012, Year 3 - Emergency Service Calls/Repair (Firm-Fixed Price), 110 total labor hours per year. CLIN 0013, Year 3 - Replacement Parts, with a Not-To-Exceed Ceiling of $20,000 (Firm-Fixed Price). CLIN 0014, Year 3 - Contract Data Requirements List (CDRL) Spill Responsibility - Not-Separately Priced (NSP). CLIN 0015, Year 3 - Contract Data Requirements List (CDRL) Service Request Report - Not Separately Priced (NSP). CLIN 0016, Year 4 - Preventative Maintenance to be performed every six (6) months (Firm-Fixed Price), 17 total units. CLIN 0017, Year 4 - Emergency Service Calls/Repair (Firm-Fixed Price), 110 total labor hours per year. CLIN 0018, Year 4 - Replacement Parts, with a Not-To-Exceed Ceiling of $20,000 (Firm-Fixed Price). CLIN 0019, Year 4 - Contract Data Requirements List (CDRL) Spill Responsibility - Not-Separately Priced (NSP). CLIN 0020, Year 4 - Contract Data Requirements List (CDRL) Service Request Report - Not Separately Priced (NSP). CLIN 0021, Year 5 - Preventative Maintenance to be performed every six (6) months (Firm-Fixed Price), 17 total units. CLIN 0022, Year 5 - Emergency Service Calls/Repair (Firm-Fixed Price), 110 total labor hours per year. CLIN 0023, Year 5 - Replacement Parts, with a Not-To-Exceed Ceiling of $20,000 (Firm-Fixed Price). CLIN 0024, Year 5 - Contract Data Requirements List (CDRL) Spill Responsibility - Not-Separately Priced (NSP). CLIN 0025, Year 5 - Contract Data Requirements List (CDRL) Service Request Report - Not Separately Priced (NSP). NOTE: Billing for each Contract Line Item will be based on actual costs incurred at time of each individual service. The Naval Air Warfare Center Aircraft Division, Total Asset Visibility Handling Division, Lakehurst, NJ intends to procure contractor services to perform a timely and effective Preventive Maintenance (PM), and service calls for repair service when required, for all gas/electric Material Handling Equipment (MHE), IAW Statement of Work (Attachment 0001) located at the Support Equipment Staging Facility (SESF), Naval Air Warfare Center, Rt. 547, Building 195/Hangar 6, Lakehurst, NJ 08733. This covers MHE unit, tires, batteries and fork lift electrical charging stations. See Attachment 0002 - Equipment Listing. Period of Performance will be one twelve (12) month base year with four (4) twelve (12) month option years. Inspection and Acceptance shall be Destination. FOB is Destination. All work shall be performed at Naval Air Warfare Center, Rt. 547, Building 195/Hangar 6, Lakehurst, NJ 08733. The following PROVISIONS and CLAUSES are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. Addendum 52.212-1: All offerors competing for award are required to provide proposal in two volumes: Volume 1- Technical Proposal/Past Performance Information; Volume 2 - Pricing. Volume I shall not exceed (10) pages. Volume II shall contain the schedule of the solicitation filled out and all additional pricing information. Volume II shall not exceed (3) pages. Volume I - Offerors are to submit a Technical Proposal which must include the contractor's technical capability to perform the work as specified in the Performance Work Statement (PWS). Proposals shall include how each requirement is intended to be met and the capabilities the contractor has to meet these requirements. Proposals are to include, but not limited to, the type of Material Handling Equipment the company has performed maintenance and repairs on; the qualifications of the proposed personnel who are to work on the Material Handling Equipment; the type of Material Handling Equipment the proposed personnel have experience working on and the nature of the work completed on the equipment; how the company is going to perform Emergency service within the 24 hour timeframe and meet all required schedules; the ability to obtain parts and materials for the variety of maintenance/repairs to be performed on the Material Handling Equipment and the relationships the company has with vendors to obtain the necessary parts for the different Material Handling Equipment. Past performance data submitted must have a logical connection to the requirement. Offerors shall submit the following information as part of their proposal for both the offeror and proposed major subcontractors (if applicable). List performance data on three (3) most recently completed or current Federal government contracts (not to have exceeded 3 years since completion) for relevant contracts. If offerors do not have three Federal contracts, State, local or commercial contracts can be used to complete this requirement. Attachment (3) Past Performance Evaluation Data sheet shall be completed by the offeror in its entirety for each contract. Attachment (4) Past Performance Evaluation Form. The offeror shall send out and track completion of the Present/Past Performance Evaluation Form to each of the offeror's relevant past performance contracts Point of Contacts (POCs). The responsibility to send out and track the completion of the Past Performance Questionnaires rests solely with the offeror. The offeror shall exert its best efforts to ensure that at least one POC, per relevant contract, submits a completed Past Performance Evaluation Form directly to the Government no later than 5 days after the solicitation closes. Each offeror's POC shall fax or email its completed Past Performance Questionnaire directly to: Mr. Patrick Smith. The completed questionnaire must either be emailed to: patrick.w.smith2 @navy.mil or faxed to 732-323-2359, Attention: Patrick Smith, call 732-323-7754 prior to close of the solicitation. Failure to submit the data sheet, with the proposal, shall be considered certification (by signature on the proposal) that the contractor has no past performance for relevant contracts of similar size and scope. In conducting this assessment, the government reserves the right to use both data provided by the offeror, including contacting any Points of Contact listed, and data obtained from other sources. The Contract Performance Assessment Reporting System (CPARS) will be utilized to validate past performance. Offerors should provide information on problems encountered on the identified contracts and any corrective actions taken. FAR 52.212-2, Evaluation - Commercial Items, is incorporated by reference. Addendum 52.212-2 Paragraph (a): Award will be based on the lowest evaluated price of proposals meeting the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate proposals: 1) Technical Capability, and 2) Past Performance. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting the acceptability standards for the non-cost factors. Factor 1 shall be evaluated on a "pass/fail" basis. If a proposal has been determined to be a "pass" on Factor 1 then Factor 2 will be evaluated to determine if the offeror's past performance history is satisfactory. An offeror who has submitted an acceptable proposal under Factor 1 and who has been found to have satisfactory or neutral (in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available) past performance under Factor 2 will then have its proposal evaluated for the lowest price. Factor 1- Technical Capability, To be acceptable, the offeror must provide at a minimum: 1) Specific information (experience, qualifications, background, etc) that demonstrates the capability of the personnel to accomplish the work in the PWS. 2) The offeror's technical proposal shall follow the paragraph-by-paragraph order of the PWS in or to show that each requirement is met or exceeded beginning with section C.4 thru section C.22 of the PWS. Information to be provided by the offeror must support the claims to meeting the requirements specified in the PWS. Factor 2-Past Performance: Proposals determined to have passed the technical capability requirements will then be evaluated for acceptable past performance history. Any offeror who has submitted a technically acceptable proposal and who has been found to have a satisfactory or neutral record of past performance will then have its proposal evaluated for the lowest price. Proposals shall be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Offerors will be given an opportunity to address any unfavorable reports. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely services. If no performance record has been identified, the offeror will not be evaluated favorably or unfavorably and will receive a neutral rating. All offerors must provide the past performance information requested or affirmatively state that it possesses no relevant directly related or similar past performance experience. The Government will consider the relevancy of the past performance data. To be considered relevant, the offeror must demonstrate past execution of similar contracts in terms of complexity, technology, magnitude of effort, schedule, and scope. Additionally, the performance must have occurred during the last three (3) years. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance relevancy. Price: If a proposal has been determined acceptable under each of the non-price factor listed above, the Government will then evaluate the proposal for the lowest price. The price proposal will be evaluated to determine the offerors prices are realistic, accurate, and reasonable. The total evaluated price will contain the price for the base period plus all option years and all CLINs. Proposals which are unrealistic in terms of technical or schedule commitments or unrealistically high or low in cost may be deemed reflective of an inherent lack of technical competence, or indicative of a failure to comprehend the complexity and risks of the proposed work, and may be grounds for rejection of the proposal. Subjective judgment on the part of the Government evaluators is implicit in the entire process. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offerors determined necessary to ensure efficient competition. Options: The Government will evaluate offers for award proposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARs 252.212-7000, Offeror Representations and Certifications - Commercial Items with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is incorporated by reference. The following provisions incorporated into FAR 52.212-5 apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 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; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is incorporated by reference. The following provisions incorporated into DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252-203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002, Requests for Equitable Adjustment. The following provisions/clauses also apply to this procurement: 52.203-11, Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions; 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed Debarment; 52.222-25, Affirmative Action Compliance; 52.242-13, Bankruptcy; 52.246-4, Inspection of Services - Fixed Price; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. Full text of each provision and clause provided above can be located at either https://www.arnet.gov/far or https://www.farsite.hill.af.mil/. The following local clauses apply: 5252.232-9511, Notice of Requirements for Prompt Payment (NAVAIR) - The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) by the DOD Electronic Document Access (EDA) system. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data.; 5252.232-9513, Invoicing and Payment (WAWF) Instructions - a) The following information is provided to assist the contractor in submitting invoices and receiving reports electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF) in accordance with DFARS 252.232-7003:(1) Registration instructions, on-line training, user guides, quick reference guides, and other support documents and information can be found at the following website: http://www.acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview (2) Vendors should contact the following POCs for additional support with registration or other WAWF issues, based on the administration of their contract: (i) DCMA-administered contracts: Contact the ACO at the cognizant Defense Contract Management Agency (DCMA) office found in the contract.(ii) Locally-administered contracts: Contact your local NAVAIR/NAWC Pay Office (Commercial Accounts) at [Insert phone number] or DFAS via the numbers listed at www.dfas.mil (3) Information on the electronic forms the contractor shall utilize to comply with DFARS 252.232-7003 is available on the WAWF https://wawf.eb.mil/FuncInfo.html and WAWF Training http://www.wawftraining.com websites.(4) Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes.(b) The following information, regarding invoice routing DODAACs, must be entered for completion of the invoice in WAWF: DoDAAC LOCATION TABLE Invoice Type: -Select Combo for Fixed Price Supplies and Services -Select Cost Voucher for all Cost or T&M contracts or CLINs. -The 2-in-1 invoice is not authorized for use by NAVAIR -Questions? Call 1-866-618-5988 DoDAAC Description Located in Block DD1155 (Destination Acceptance) DD1155 (Source/ Origin Acceptance) SF26 SF33 SF1449 SF1449 (Destination Acceptance) Issuing Office DoDAAC 6 6 5 7 7 9 Administrating Office DoDAAC 7 7 6 24 26 16 Inspector's DoDAAC See Schedule See Schedule 11 See Schedule See Schedule See Schedule Service Acceptor DoDAAC 14 See Schedule 11 See Schedule See Schedule 15 Pay Office DoDAAC 15 16 12 25 27 18a (c) Cost Vouchers also require the cognizant DCAA DoDAAC, which can be found by entering the contractor's zip code in the Audit Office Locator at http://www.dcaa.mil. Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following additional points of contact: Name (or Clause w/Name) Email Phone Role See: 5252.201-9500 or 5252.201-9501 Technical Point of Contact or Contracting Officer's Representative; 5252.204-9504, Disclosure of Contract Information (NAVAIR) - (a) The Contractor shall not release to anyone outside the Contractor's organization any unclassified information (e.g., announcement of contract award), regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. (b) Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least ten (10) days before the proposed date for release. (c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer. Offers are due by 1:00pm EST on 24 March 2011 at the Naval Air Warfare Center Aircraft Division, Lakehurst, Attn: Code 25223 Patrick Smith, Route 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Quotes can also be emailed to the Government Point of Contact, Mr. Patrick Smith, at patrick.w.smith2@navy.mil, phone: 732-323-7754. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0030/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center, Rt. 547, Building 195/Hanger 6, Lakehurst, NJ 08733, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN02392925-W 20110305/110303234835-05db947090cc730c2727b2a22efec502 (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.