Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
MODIFICATION

46 -- Engine Wash Water Purification System - Updated Documents 11 May 2011

Notice Date
5/11/2011
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
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-0005
 
Archive Date
6/10/2011
 
Point of Contact
Shannan M. Germond, Phone: 732-323-2778, Angela K Wilcox, Phone: 732-323-4573
 
E-Mail Address
shannan.germond@navy.mil, angela.wilcox@navy.mil
(shannan.germond@navy.mil, angela.wilcox@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CDRL C001 - Pre-Production Unit Test Report, has been added to the requirements. Questions & Answers, Rev. E: Questions 30 & 31 were added and answered in the Questions and Answers document. Statement of Work, Rev. E: Paragraph 2.2 of the Statement of Work was updated in Revision E. Changes are in bold lettering. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with (IAW) 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. (ii) This solicitation number, N68335-11-R-0005, is issued as a 100% Small Business set-aside Request for Proposal (RFP). (iii) The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-29, Amendment 01. (iv) The NAICS code associated with this requirement is 333999, with a small business size standard of 500 employees. (v) The resultant contract will be a 2-year Indefinite Delivery Indefinite Quantity (IDIQ) for Engine Wash Water Purification Systems in accordance with the attached Statement of Work (SOW) and Salient Characteristics for the MV-22 and CV-22 aircraft. The minimum quantity will be one (1) pre-production unit that will be fabricated, delivered and tested in accordance with the Statement of Work and Salient Characteristics and will be ordered under Delivery Order 0001. The contract maximum quantity is nineteen (19) units. Production units will include fabrication and delivery of MV/CV quantities of Water Purifiers in accordance with the Statement of Work and salient characteristics. Year one, from the date of contract award through 365 days, shall have a quantity of four (4) MV-22 units and five (5) CV-22 units and may be ordered on Delivery Order 0001. Year two will have a maximum of nine (9) units and can be ordered from the date of award through 730 days. A Commercial Off-the-Shelf Manual, quantity one (1), is required in accordance with the Statement of Work (Para. 4.1, 4.1.1), CDRL DK02, CDRL C001, and the specifications cited in the salient characteristics (Para. 3.3). (vi) Refer to attachments for requirement specifications. (vii) Delivery shall be as follows: First delivery for one (1) Pre-Production unit is due 60 days after contract award. Production Units shall be delivered 60 days after date of Delivery Order. All deliveries shall be marked MV-22 or CV-22 as appropriate and shall be received in the NAVAIR Lakehurst Staging Facility, Route 547, Hangar 6, Building 195, Lakehurst, NJ 08733. Acceptance will be by Government at Origin for the pre-production and production units. The manual shall be accepted by the Government at Destination. FOB is Destination. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items. 52.212-1 Fill-In: All offerors competing for award are required to provide one (1) original and three (3) copies of the proposal to Shannan Germond, Code 2.5.2.2.2, Highway 547, Building 562, Room 306, Lakehurst, NJ 08733. All proposals must be in paper format, reference solicitation number N68335-11-R-0005, and be hand-delivered or sent via traceable means to ensure delivery by the specified date and time. Electronic or facsimile offers will be not accepted. All proposals received after the specified date and time shall be considered late and will not be considered for award. (vix) FAR 52.212-2, Evaluation - Commercial Items. 52.212-2 Para (a) Fill-In: Award will be made to the lowest price, technically acceptable offeror. Offerors will be evaluated on a pass/fail basis. A Cross Reference Matrix (CRM) is required that links the technical specification requirements to the hardware that is proposed to fill those requirements. Offerors shall complete Attachment 4 - Cross Reference Matrix as follows: each specification requirement must be addressed along with the reference to technical information provided that substantiates technical compliance. Reference information (i.e. technical manuals, literature, data sheets, drawings, component diagrams or brochures) is required in the CRM that shows where in the proposal literature the information can be found that demonstrates compliance for each technical element stated in the Water Purifier Salient Characteristics. If the information is not specifically found in the literature, the offeror shall describe in detail how the equipment meets the specification. If offerors proposal is deemed technically acceptable, it will then be evaluated to determine satisfactory or neutral Past Performance which shall be evaluated on a pass/fail basis. The rating for Past Performance will be low risk, high risk, and neutral. A neutral or low risk Past Performance rating is considered passing. A high risk Past Performance rating is considered failing. Past Performance data submitted must have a logical connection to the requirement set forth in the Water Purifier specification. Offerors shall submit the following information as part of their proposal for both the offeror and proposed major subcontractors. List performance data on three (3) most recently completed contracts (not to exceed 3 years since completion) for same or similar equipment. Offerors shall complete Attachment 3 - Past Performance Data Evaluation Sheet for each contract. The Government reserves the right to verify/confirm all form information. Failure to submit the data sheets with the proposal shall be considered certification that the contractor has no past performance for similar items. The Contract Performance Assessment Reporting System (CPARS) will be utilized to validate past performance, as well as any other sources available. If a proposal has been determined acceptable under each of the non-price factors listed above, the Government will then evaluate the proposal for the lowest price. The pricing shall be evaluated based upon a quantity of one (1) each for CLIN 0001, Year 1 - Pre-Production Unit - Water Purifier to be fabricated, delivered and tested IAW the SOW; one (1) lot for CLIN 0002, Pre-Production Unit Test Report IAW with the SOW and Exhibit D, CDRL C001 ; four (4) each for CLIN 0003, MV-22 Production Units -Water Purifiers to be fabricated and delivered; five (5) each for CLIN 0004, CV-22 Water Purifiers to be fabricated and delivered; nine (9) each for CLIN 0005, Year 2 -Water Purifier to be fabricated, delivered; and one (1) each for CLIN 0006, Commercial Off-The-Shelf (COTS) Manual for Water Purifier IAW the SOW and Exhibit D, CDRL DK02. The price proposal will be evaluated to determine if the offerors prices are realistic, accurate and reasonable. All proposals shall be submitted in three sections: Volume I - Technical Proposal - Provide all technical information as outlined above. Offeror must provide one original and three copies. Volume II - Past Performance - Provide all past performance information as outlined above. Offeror must provide one original proposal and three copies. Volume III - Price Proposal - Provide all price information as outlined above. Each CLIN must have a price per unit and total amount provided as well as a summary total for all quantities in all years. The offeror must provide one original and three copies. No price information shall be in any other sections. (x) 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. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following provisions incorporated into FAR 52.212-5 apply: 52.219-6, Notice of Total Small Business Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting;52.219-28, Post Award Small Business Program Representation; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) FAR 52.215-6, Place of Performance; 52.216-18, Ordering. Orders may be issued from the date of contract award through 730 days after the date of the contract. FAR 52.216-19, Order Limitations. 52.216-19(b) Fill-In: Maximum order. The Contractor is not obligated to honor--(1) Any order for a single item in excess of 9; (2) Any order for a combination of items in excess of 10; or (3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. FAR 52.216-22, Indefinite Quantity Act; FAR 52.216-22(d) Fill-In: To be completed at contract award; FAR 52.219-1, Small Business Program Representations; FAR 52.219-1(a)(1) Fill-In: The North American Industry Classification System (NAICS) code for this acquisition is 333999. (2) The small business size standard is 500 or less. FAR 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.223-11, Ozone-Depleting Substances; 52.233-2, Service of Protest; FAR 52.233-2(a) Fill-In: Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Angela Wilcox, Code 2.5.2.2.2., Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733. FAR 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; and 52.252-6, Authorized Deviations in Clauses. (xiv) DFAR 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 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; 252.219-7003, Small Business Subcontracting Plan; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7015, Restriction on Acquisition of Domestic and or Measuring Tools; 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 and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. (xv) The following provisions/clauses also apply to this procurement: 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding Responsibility Matters; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.211-17, Delivery of Excess Quantities; 52.214-34, Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency; 52.222-50, Combating Trafficking in Persons; 52.225-18, Place of Manufacture; 52.227-1, Authorization and Consent; 52.227-2, Notice And Assistance Regarding Patent and Copyright Infringement; 52.242-13, Bankruptcy; 52.243-1, Changes-Fixed Price; 52.242-15, Stop-Work Order; 52.247-34, F.O.B. Destination; 52.235-1, Computer Generated Forms; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration Alternate A; 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; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7012, Preference For Certain Domestic Commodities; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material Inspection and Receiving Report;. 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/. (xvi) Offers are due by 4:00 p.m. EST, 26 May 2011 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25222 Ms Shannan Germond, Hwy 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Electronic and facsimile submittals will not be accepted. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR part 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. (xvii) The Government Point of Contract for this synopsis/solicitation is Ms Shannan Germond, (732) 323-2778, email: shannan.germond@navy.mil. This combined synopsis/solicitation will be posted on the Federal Business Opportunities website located at www.fbo.gov. Hard copies of this combined synopsis/solicitation and amendments will NOT be mailed to contractors. Please look for amendments on the webpage.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0005/listing.html)
 
Record
SN02445703-W 20110513/110511234942-b3083184fdc58040bb8773ce6424e0ef (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.