Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

39 -- Inner Wing Transport Dolly

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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
N0024412T0379
 
Response Due
9/24/2012
 
Archive Date
10/9/2012
 
Point of Contact
Jorge Cubas 619-556-5378
 
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 13 Simplified Acquisition Procedures and FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, 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 N00244-12-T-0379. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS DPN 20110606. 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/dfars/index.htm. The NAICS code is 336413 and the Small Business Size Standard is 1,000 employees. This procurement is being performed as a 100% Small Business Set-Aside. CLIN 0001 MANUFACTURE TRANSPORT DOLLY, INNER WING MULTI-USE ROLLOVER IAW DRAWING #E97372 QTY: 3 EACH Contractors will be required to provide all material, tools, labor and provide all necessary manufacturing services to manufacture the dolly. Delivery of the finished product is a responsibility of the contractor. The contractor/manufacturer of the transport dolly must be located in the southern California locale preferably in San Diego, CA. This requirement is deemed necessary by the Government to facilitate any site visits that may be required to the contractor s facility during the manufacturing process so that the Government may perform inspections to ensure adherence to the drawing specifications. Quotations that provide data that manufacture and assembly are proposed outside of California will not be accepted. Any qualified contractors that have the requisite assembly, machining capabilities and that can provide the specific materials are encouraged to submit a quotation. A copy of the drawing will be made available to qualified contractors by submitting an email to Jorge.cubas@navy.mil. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center-SW, San Diego, CA 92135. All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Post Award Contract Administration will be performed by FLCSD, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFARS 252.232-7003 and DFARS 252.232-7006. Any technical questions are to be directed to: Jorge Cubas, Contract Specialist, US Navy, FLCSD, Code 240, 619-556-5378, jorge.cubas@navy.mil SUBMISSION REQUIREMENTS All offers shall be submitted to the same email address as labeled above no later than 4:00 p.m. Pacific Standard Time (PST) on September 24, 2012. All quotes shall contain the applicable requested information labeled in this notice. Any offers that are submitted in another fashion or after the date may be deemed as unacceptable and may not be evaluated for award. TECHNICAL QUESTIONS AND REQUEST FOR DRAWINGS ARE TO BE SUBMITTED VIA EMAIL received no later than 12:00 p.m. (PST) on September 18, 2012. Any questions or requests that are not submitted by email and that do not contain the solicitation number or are submitted after the date specified above may not receive a response. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT (Listed Below). THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offeror(s) to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a contractor(s) quote(s) to not be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your offer. In addition, Offerors are instructed to complete and submit the attached past performance survey (found on the NECO site) with submitted offers prior to the closing date of this notice specified herein. Submission of quote represents the item adheres to all factors listed in this solicitation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to award a Firm Fixed Price 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 (i) Technical capability of the contractor to provide the item. To be determined technically acceptable, the contractor must furnish information regarding their capability of performing the services required to manufacture the dolly. Descriptive literature/pictures that provide pertinent information will be accepted and reviewed. Data must be submitted in accordance with FAR 52.212-1(b)(4). It is preferred that technical information be provided in Adobe pdf file format, if possible. Of primary concern for award will be the contractor s location. It is required that the contractors facility be located within the southern California locale preferably in the San Diego, CA area. Contractors meeting these two factors will have their quotation further evaluated under factors ii and iii. (ii) Past Performance: Provide Past Performance data on your companies two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price and the name of Government activity or commercial company, point of contact/phone number. This Performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide a unit current pricing for the CLIN specified and a total cost for each line item under this solicitation. Also, required is a cost breakdown of the unit price listing, labor costs, total labor hours, labor rates, types of labor categories, and a total for material cost. Pricing will be evaluated against other quotations received. (b) Ability to meet the (i) technically acceptable criteria represents the MINIMUM for acceptable award. Therefore, offers will be given either a "Go, No-Go" for factor (i). Failure to meet this factor or given a "No-Go" shall render an offer to be unacceptable and not considered for award. Only those Offers which are determined by the contracting officer as a "Go" under Factors (i) shall be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, offers shall be evaluated on Factor (ii), PAST PERFORMANCE, and then on Factor (iii), PRICE. Factor (ii) and Factor (iii) are considered equal. 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 a price, delivery and technical standpoint. (c) By submitting a signed quote under this solicitation, Contractor asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate contractors technical capability to perform by verifying that the contractor that supplied a quote has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, contractors will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the quote to be unacceptable and to not be considered for award. (d) Quoting Contractors PAST PERFORMANCE information will be used to make a determination of whether the contractor supplying a quote has a satisfactory record of past performance. Contractors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years with submitted quotes. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation (posted on the NECO site). Information utilized will be obtained from these references as well as any other sources that may have relevant information. An offeror which lacks relevant past performance history will receive an neutral rating for this factor. Any Offeror 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 offer when compared to the other offer received. The Contracting Officer will evaluate Quoting Contractors PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Quoting Contractor has asserted that it has no relevant directly related or similar past performance experience. No meaning confidence assessment rating can be reasonable assigned. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon the quoting Contractor 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 Quoting Contractor s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the Offeror's past performance. (e) A written notice of award or acceptance of an offer, mailed or otherwise 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. (End of provision) FAR 52.212-3 ALT I Note: Contractors are reminded to include a completed copy of 52.212-3 ALT I with quotes. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) FAR 52.203-3 Gratuities. FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-aside FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-1Solicitation Provisions Incorporated By Reference FEB 1998 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, to include: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, and 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 200.2. 252.232-7010 Levies on Contract Payments DEC 2006 252.226-7001 Utilization of Indian Organization 252.243-7001 Pricing of Contract Modifications 252.232- 7006 Invoicing and Payment (WAWF) Instructions. Review of Agency Protests (MAR 2000) Unit Prices (OCT 2001) Non US Navy Owned Cranes Aug 2004 The Contracting Office point of contact for this requirement is Jorge Cubas, who can be reached at 619-556-5378 or email jorge.cubas@ navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Contractors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Contractors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0379/listing.html)
 
Place of Performance
Address: Naval Aviation Depot
Zip Code: NAS North Island, San Diego, CA
 
Record
SN02876850-W 20120913/120912000527-41e214a5362d9f085c2cbcf6dd6c6f27 (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.