SOLICITATION NOTICE
34 -- Breech Bore Erosion Gages
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333514
— Special Die and Tool, Die Set, Jig, and Fixture Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0551
- Response Due
- 9/15/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Shannon La Com 562-626-7104
- 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, 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 RFQ number is N00244-11-T-0551. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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: https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333514 and the Small Business Standard is 500 employees. This action is 100% set aside for small business. The Fleet Logistics Center San Diego, Regional Contracts Department, Seal Beach Division requests responses from qualified sources capable of providing: CLIN 0001 45 Breech Bore Erosion Gage in accordance with the engineering drawing specifications OPN 11826298 Revision H (attached). Product shall be delivered no later than 10 weeks after contract award. Delivery to Norco, CA 92860 Inspection and acceptance will be performed at the destination by a government representative. Acceptance is a 100% calibration verification of each gage, to be performed by NSWC Corona no later than 14 days from receipt of shipment. Any gage that does not meet drawing specifications will be returned to the vendor at no additional cost to the Government for repair. After 100% of gages meet specifications and are accepted by NSWC Corona, vendor may submit invoice for payment. The government intends to make a single award, firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: 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, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the following clauses applicable to paragraph (b) and (c): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards ; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 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; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer. 52.204-7 Central Contractor Registration; 52.247-34 F.O.B Destination. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Additional DFARS contract terms and conditions applicable to this procurement are: 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea. N00244L332, UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: (i)Technical capability of the item to meet the requirement (ii)Ability to meet the required delivery date (iii)Past performance (iv)Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i), Factor (ii) and Factor (iii), the three non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) Offerors proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the products offered as either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal technically unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate delivery time as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum technical requirements required by Factor (i) and delivery time by Factor (ii) will be further evaluated under Factor (iii) Past Performance. Under this factor, the Government will rate past performance as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i), Factor (ii) and Factor (iii), the Government will then evaluate Factor (iv), Price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating commercial product brochures, drawings and technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) The Government s required delivery date is clearly defined above. Ability to meet the required delivery date and shipping terms shall be demonstrated by the offeror s submission of a signed offer which has not taken exception to the required date and terms. (d) Offerors PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(10), will be used to make a determination of whether the offeror has an acceptable record of past performance. A proposal that receives a rating of acceptable on past performance is one that demonstrates little anticipated risk in the areas of technical capability of the item to meet the requirement, meeting delivery times and customer satisfaction. Offerors should, therefore, provide performance history and references to demonstrate acceptable past performance for up to three prior similar contracts performed within the past three years. The definitions of acceptable , unacceptable , and neutral for (2) Past Performance are: Acceptable: Previously awarded contracts consistently met contractual requirements or exhibited a trend of becoming adequate or better quality. Past performance record leads to an expectation of adequate performance. Previously awarded contracts met contractual requirements with some problems for which Offeror s corrective actions or proposed actions are expected to be satisfactory. Unacceptable: Consistently poor quality Past Performance. Past performance record leads to a strong expectation that acceptable performance will not be achieved. Previously awarded contracts did not met most contractual requirements and reflected serious problems for which Offeror either failed to identify or implement corrective actions, or for which the corrective actions were ineffective. Neutral: Applicable to past performance only. No relevant past performance available for evaluation. Offeror has asserted that it has no relevant, directly related or similar past performance experience. Proposal neither receives nor loses credit; however, Offeror with no relevant past performance history may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other Offerors. Further, the Government may take into account past performance information regarding predecessor companies and key personnel who may have relevant experience with other organizations. Such information should clearly state and identify the employee s role in that work effort and organizational structure. The Government may also consider the past performance information of subcontractors that will perform major or critical aspects of this solicitation s requirements when such information is relevant to the procurement. Finally, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available the Government will not evaluate the Offeror favorably or unfavorably on past performance. Such Offerors will receive a neutral rating for past performance. However, the proposal of an Offeror with no relevant past performance history, while rated neutral in past performance, may be considered an unacceptable risk to contract performance and therefore not competitive. Past Performance information should be provided on the Contractor Performance Data Sheet provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information. Therefore the contractor shall ensure that the point of contact, name, phone number, fax number and email address are current and accurate. A written notice of award or acceptance of an offer mailed or electronically furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This announcement will close at 1 PM PST on 15 September 2011. Submit offers via email or through NECO to Shannon La Com who can be reached at (T) 562.626.7104 or email Shannon.lacom@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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/. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0551/listing.html)
- Record
- SN02561477-W 20110904/110902235417-d1173cb16a3b9ae3d0e1ded1e73df92b (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 |