SOLICITATION NOTICE
69 -- Small Arms Target Fabrication Station
- Notice Date
- 6/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-13-T-0248
- Archive Date
- 8/6/2013
- Point of Contact
- Catherine A. Prestipino, Phone: 7578629467
- E-Mail Address
-
catherine.prestipino@vb.socom.mil
(catherine.prestipino@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0248, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 effective 26 June 2013, and DFARS 20130625. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500. The DPAS rating for this procurement is DO-C9 The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: CLIN LINE ITEM NUMBER (CLIN) 0001- Design, Fabricate, Assemble, and Install a Small Arms Target Fabrication Station (See Section C Statement of Work for Specifications). GROUP: 1 Section C Requirements SPECIFICATIONS SOW PART A-GENERAL INFORMATION A.1 SCOPE OF WORK Design, fabricate, deliver, assemble, and install a Small Arms Target Fabrication Station in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. The fabrication station shall be installed along one wall. All components shall be from a single manufacture and finished in the same color with epoxy-hybrid powder coat paint. All dimensions have a one quarter inch tolerance (plus or minus 1/4 inch). SOW PART B-WORK REQUIREMENTS B.1 Work Surface B.1.1 The work surface shall be hardwood butcher block sections that provide continuous work surface over the length of the lower cabinets. Work surface shall be flush with ends and front and back of cabinets. Any butcher block tops that are cut onsite shall have a finish applied to the cut edges that matches the factory finish. If no cuts are made on-site the top and edges of the butcher block tops shall have an industry standard finish applied. B.2 Lower Storage Units B.2.1 The work surface shall be supported by eleven (11) cabinets. Six (6) cabinets shall have five drawers and five (5) cabinets shall have double doors and contain a base shelf and a roll out shelf. Cabinets shall have a low profile base frame that is less than 2 1/2 inches in height. Overall cabinet dimensions shall be 28 1/2 inches deep and 28 1/4 inches wide. Drawer heights for the six cabinets with five drawers shall be: -1st and 2nd drawers: 3 inch sidewall height with 4 1/16 inch usable height. -3rd drawer: 5 inch sidewall height with 5 1/16 inch usable height. -4th and 5th drawers: 5 inch sidewall height with 6 1/16 inch usable height. B.2.2 All drawer cabinets and double door cabinets shall be keyed the same. B.2.3 Drawers shall have full extension. B.2.4 Drawers shall have a minimum weight capacity of 350 pounds. B.2.5 Drawer cabinets shall have an interlock system that only allows one drawer to be opened at a time. This is to prevent cabinet tip over when opening heavily loaded drawers.. B.2.6 Drawer handles shall be flush with cabinet housing when closed to prevent handles from catching on items that are wheeled by or carried near the cabinets. B.2.7 Drawers shall have partitioning slots on all four sides and drawer dividers with angled top edges that are full height of cabinet side walls. B.2.8 Slide out trays in the double door cabinets shall support a minimum of 300 pounds. B.2.9 Cabinets shall be anchored directly to the concrete floor. B.5 BASE ACCESS B.5.1 The contractor shall utilize the Rapid Gate/Pass system to obtain access to the Dam Neck Annex during equipment delivery and installation. The contractor shall include in its proposal their acknowledgement of this requirement, and that this requirement will not impact their ability to meet period of performance requirements. There is an expense in time and fees associated with obtaining base access through this system. B.6 WARRANTY B.6.1 The contractor shall provide a one year warranty on all workmanship, equipment, material and product finish provided in this requirement. The warranty shall include parts, labor, and contractor travel expenses to the Dam Neck Annex, for warranty work. B.7 PROPOSAL SUBMISSION REQUIREMENTS B.7.1 Proposals shall contain written and visual descriptions of the material being proposed and how they are installed, supported, and anchored. Proposals shall contain detailed specs for each component and state how they meet the specifications outlined in this requirement. B.7.2 Access to the space is through a roll up door. B.7.3 The contractor is responsible for providing any equipment that is required for moving components into and around the space. B.7.4 The contractor shall notify the Government, in writing, two weeks prior to its intended date to deliver and install the system. This notification will prompt the Government to remove existing material and prep the space for installation of this requirement. Failure to notify the Government two weeks in advance of intended delivery will result in delays for the contractor at its own expense. B.7.5 The Government will clear the space upon receipt of the contractor's two week notice of intent to begin installation. SOW PART C- SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE Installation will be Dam Neck Annex of NAS Oceana in Virginia Beach, VA. C.2 PERIOD OF PERFORMANCE The period of performance for this contract shall be 90 days. The period of performance includes time for the contractor to obtain vehicle passes via the Rapid Gate system and to order equipment. C.3 SPECIAL CONSIDERATIONS C.3.1 The contractor shall furnish all material, equipment, and labor necessary to design and install the Target System Maintenance, Repair and Storage System, except those identified as Government-furnished material in item C.3.3. C.3.2 The contractor shall not drop ship items to the Dam Neck Annex. The contractor shall be on site to receive and offload all components. C.3.3 Government-Furnished Material and Services The Government will furnish the following: • Access to 110 VAC for operation of power tools Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractor Sales to the Government A lternate I (Oct 1995) FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, And Energy Program Use (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Deviation)(NOV 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-18 Encouraing Contractor Policy to Ban Text Messaging FAR 52.222-19 Child Labor Law Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-50 Combating Trafficking of Persons (Feb 2009) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.233-1 Alt 1 Disputes Alt 1 (DEC 1991) (JUL 2002) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.242-15 Stop Work Order (AUG 1989) FAR 52.243-1 Changes-Fixed Price (AUG 1987) FAR 52.244-6 Subcontracts for Commercial Items (DEC 2010) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation (JUN 2011) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2011) DFARS 252.225-7000 Buy American Act -Balance of Payments Program (DEC 2009) DFARS 252.225-7001 Buy American Act and Balance of Payment Programs (MAR 2012) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS 252.232-7010 Levies on Contract for Payment (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)Alt III SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2011) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at http://www.sam.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) Alternate 1 (NOV 2012) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) FAR 52.217-8 Option to Extend Services Nov 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve (12) months. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Ms. Prestipino, Contract Specialist; Email address: catherine.prestipino@vb.socom.mil. Quotes must be received no later than 12:00 PM. Eastern Standard Time (EST) on 22 July 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Ms. Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Ms. Prestipino at catherine.prestipino@vb.socom.mil. or phone (757) 862-9467 or fax to (757) 862-0809.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0248/listing.html)
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461, United States
- Zip Code: 23461
- Zip Code: 23461
- Record
- SN03103466-W 20130630/130628235452-24b67ed6746d86adcab74c2ec6175f62 (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 |