SOLICITATION NOTICE
83 -- Covered Tent Structures for NAVSUP WSS and NAVSEA
- Notice Date
- 3/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018913QZ063
- Response Due
- 4/12/2013
- Archive Date
- 4/19/2013
- Point of Contact
- Bridget Blaney 215-697-9628
- 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 under the test program for commercial items found at FAR 13.5, 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 N00189-13-Q-Z063. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130228. 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 332311 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center requests responses from qualified sources capable of providing: 0001 Ordering period year 1 Shaft Tents max 16 EA 0002 Ordering period year 1 Shaft Tent Installation max 16 EA 0003 Ordering period year 1 Propeller Tents max 5 EA 0004 Ordering period year 1 Propeller Tent Installation max 5 EA 1001 Ordering period year 2 Shaft Tents max 38 EA 1002 Ordering period year 2 Shaft Tent Installation max 38 EA 1003 Ordering period year 2 Propeller Tents max 8 EA 1004 Ordering period year 2 Propeller Tent Installation max 8 EA 2001 Ordering period year 3 Shaft Tents max 13 EA 2002 Ordering period year 3 Shaft Tent Installation max 13 EA 2003 Ordering period year 3 Propeller Tents max 5 EA 2004 Ordering period year 3 Propeller Tent Installation max 5 EA 3001 Ordering period year 4 Shaft Tents max 13 EA 3002 Ordering period year 4 Shaft Tent Installation max 13 EA 3003 Ordering period year 4 Propeller Tents max 5 EA 3004 Ordering period year 4 Propeller Tent Installation max 5 EA 4001 Ordering period year 5 Shaft Tents max 13 EA 4002 Ordering period year 5 Shaft Tent Installation max 13EA 4003 Ordering period year 5 Propeller Tents max 5 EA 4004 Ordering period year 5 Propeller Tent Installation max 5 EA Delivery is to be made to Cheatham Annex, VA, and Barstow, CA. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items including the Addendum for the following: Employment of Department of Defense Personnel Restricted; Time of Delivery (Indefinite Delivery Contracts); Minimum and Maximum Quantities; Oral Orders (Indefinite Delivery Contracts) (NAVSUP 5252.216-9402) (JAN 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 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 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.216-22, Indefinite Quantity; 52.252-1, Solicitation Provisions Incorporated by Reference; and 52.252-2, Clauses Incorporated by Reference. Quoters shall include a completed copy of FAR 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following: 52.203-3, Gratuities ; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and 252.247-7023, Transportation of Supplies by Sea; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; and DFARS 252.223-7004, Drug Free Work Force. This announcement will close at 3:00 PM EST on 12 April 2013. Contact Bridget Blaney who can be reached at 215-697-9628 or email bridget.blaney@navy.mil. All responsible small business sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: price, technical capability, and past performance. The relative importance of the factors is as follows: Technical capability and past performance will be considered of equal importance, and both, when combined, are more important than price. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the specifications/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on up to three (3) of the quoter s most relevant contracts or efforts from within the past five (5) years. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913QZ063/listing.html)
- Record
- SN03021316-W 20130328/130326235216-1a5d0be2c1f7a10084679da56cec8e90 (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 |