Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

58 -- AUDIO VIDEO UPGRADE

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412R0074
 
Response Due
9/17/2012
 
Archive Date
10/2/2012
 
Point of Contact
Juana Perez 619-556-6763
 
E-Mail Address
AUDIO VIDEO UPGRADE
(juana.perez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO. The RFQ number is N00244-12-R-0074. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 11. It ™s the responsibility of the contractor to be familiar to with the applicable clauses and provisions. The clauses can be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars.index.htm. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Code “ 5895 Miscellaneous Communication Equipment “ 334310 Audio and Video Equipment Manufacturing. The Small Business Standard Size is 750. The agency need of the following requirements: ITEM NUMBER 0001 DIGITAL VISDEO DISTRIBUTION UPGRADE ITEM NUMBER 0002 INSTALLATION FEE Attachments to solicitation is the Statement of Work (SOW), Contract Data Requirements List (CDRL), Contract Security Classification DD 254 (Security Clearance), and Past Performance Contractor Performance Data Sheet. NOTE: This project requires all contractors performing installation services on site to have the required security clearance at the time of award. The requirement is for a firm-fixed price type contract. Inclusive of all equipment and materials associated with the installation of this upgrade. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (May 2012) applies with the following applicable clauses: FAR 52.203.13- Contractor Code Of Business Ethics and Conduct (Apr 2010); FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov2011); FAR 52.219-8 Utilization of Small Business Concerns (June 2011); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Mar 2012); FAR 52.222-21 “ Prohibitions of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 1998); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.233-4 Applicable Law for Breach of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-2 Clauses incorporated by Reference (Feb 1998); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2012), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); FAR 52.203- Gratuities (Apr 1984); 252.225-7001 Buy American and Balance of Payments Program (Jun 2012); DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests; and Local NAVSUP Clauses includes are N00244L332 Unit Prices and N00244M331 Evaluation using Technical Acceptable Minimum Criteria and Price Factors. All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.uscontractorregistration.com. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your proposal. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) TECHNICAL CAPABILITY (ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. Only those Offers which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly more important than Factor (iii), 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 Offeror's best terms from both a price and technical standpoint. Factor (i) - TECHNICAL CAPABILITY Offerors' technical information will be used to determine whether the items and/or services proposed meet the specifications included in this solicitation. Therefore, offeror shall provide information that clearly demonstrated experience in performance on similair requirements. Offers which are determined to be technically unacceptable may not be considered further for award. A list of Technically acceptable/unacceptable ratings is listed below: Technically Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. Factor (ii) - PAST PERFORMANCE Information submitted as required by SECTION L N00244L295, will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, 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. Evaluation of Offeror's PAST PERFORMANCE is as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. Factor (iii) “ Price Award will be made to the responsible offeror that is rated outstanding in Past Performance and offers the lowest price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discisions with Offerors. Each initial offer should, therefore contain the Offeror ™s best terms from price. All responsible Offerors are to submit CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Proposal must be received no later than 05:00 PM (PST), 17 Sep 2012, Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Only electronic responses shall be accepted by Fax or via e-mail. Each submission should be virus scanned prior to being sent via e-mail to the POC listed: Ms. Juana Perez email: juana.perez@navy.mil. Oral communications are not acceptable in response to this notice questions must be submitted via e-mail. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 3 day of the posted closing day may not allow ample time to respond and offerors cannot be guaranteed a response will be issued. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. SITE VISIT: In order for offerors to become familiar with the location there is a scheduled site visit on September 11, 2012 at 12:00 (noon) PST. This will be the only site visit scheduled. Offeror interested in the site visit shall coordinate with Mr. Jeff Wildasen by email jeff-wildasin@navy.mil at or by phone 619-767-4874. Contract Specialist will be unable to coordinate base access. (End of Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412R0074/listing.html)
 
Place of Performance
Address: 53690 Tomahawk Drive, STE338, San Diego, CA
Zip Code: 92147
 
Record
SN02871022-W 20120908/120907000854-68aa2b23b7249e1c7cf6eddbcf73e875 (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.