Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
SOLICITATION NOTICE

R -- Sole Source SDVO-SB FISCAM PMO - Package #1

Notice Date
9/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Philadelphia Office, 700 Robbins Avenue, Building 2B, Philadelphia, Pennsylvania, 19111-5083, United States
 
ZIP Code
19111-5083
 
Solicitation Number
N0018913RZ102
 
Archive Date
9/25/2013
 
Point of Contact
Joyce M. Kichman, Phone: 2156979678
 
E-Mail Address
joyce.kichman@navy.mil
(joyce.kichman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS/Labor Category Description This is a sole source combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number N00189-13-R-Z102 is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (05-62). The Philadelphia Division, Contracting Department of NAVSUP Fleet Logistics Center Norfolk intends to solicit and negotiate a sole source Firm Fixed Price contract for this requirement with only one source, Tesla Laboratories, Inc, a Service Disabled Veteran Owned Small Business under the authority of FAR 6.302. Refer to Special Notice posted to FEDBIZOPPS on 08/21/13 under Solicitation N4142113RCF0042. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all quotes received on or prior to the solicitation closing date will be considered by the Government. A determination by the Government not to compete the requirement is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAICS code is 541618. The FSC code is R408. REQUIREMENT: The Department of the Navy, Assistant Secretary of the Navy Financial Management and Comptroller Office of Financial Operations (DoN ASN FM&C FMO) requires contractor Program Management support to the Government team overseeing the execution of the Federal Information System Controls Audit Manual (FISCAM) assessments and to assist in developing corrective action plans to improve IT controls determined by the DoN to be deficient. It is anticipated that the firm fixed price contract will contain a six-month base period of performance from 30 September 2013 through 29 March 2014 with one six-month optional period, Pop 30 March 2014 through 29 September 2014. The Government anticipates the contractor will provide a dedicated on site presence and provide an overall level of effort of a minimum of 4,155 hours and a maximum of 5,860 hours for the base six month period of performance and the same LOE for the optional period of performance. Cost adjustment will be assessed at the end of each performance period and the last monthly invoice will be adjusted accordingly. See the attached Statement of Work (SOW) and Labor Category description for the details of this requirement. The contract line item number and items, quantities and units of measure are: Base CLIN 0001 - FFP - Qty: 6, Unit: Months This CLIN includes the unit price for one month and total price for the six month base period. CLIN 0002 - Cost - Travel in support of CLIN 0001, Qty: 1, Unit: Lot, NTE: $20,000 This CLIN includes the total not-to-exceed (NTE) travel costs of $20,000 for the contract. Travel costs will be reimbursed in accordance with the Joint Travel Regulations. CLIN 0003 - Cost - ODCs in support of CLIN 0001, Qty: 1, Unit: Lot, NTE: $3,000 This CLIN includes the total not-to-exceed (NTE) other direct charges costs of $3,000 for the contract. Optional CLIN 1001 - FFP - Qty: 6, Unit: Months This CLIN includes the unit price for one month and total price for the six month optional period. CLIN 1002 - Cost - Travel in support of CLIN 1001, Qty: 1, Unit: Lot, NTE: $20,000 This CLIN includes the total not-to-exceed (NTE) travel costs of $20,000 for the contract. Travel costs will be reimbursed in accordance with the Joint Travel Regulations. CLIN 1003 - Cost - ODCs in support of CLIN 1001, Qty: 1, Unit: Lot, NTE: $3,000 This CLIN includes the total not-to-exceed (NTE) other direct charges costs of $3,000 for the contract. SUBMISSION OF QUOTES: The Philadelphia Division, Contracting Department of NAVSUP Fleet Logistics Center Norfolk requests a response from the sole source determined capable of meeting this requirement, Tesla Laboratories, Inc. Initial quoe and any modifications thereto must be submitted to the Contracting Officer on or before 10 September 2013 at 10:00 AM via email. The contractor is encouraged to follow-up their email submission for confirmation of receipt. The contractors quote shall be submitted to: joyce.kichman@navy.mil. The quote shall consist of the following: Cover letter that references the solicitation number, names and address of the offeror, and phone number and email for the contracting point of contact. •b. The offeror's unconditional assent to the terms and conditions of this solicitation and any attachments hereto. •c. Cost information completed by the offeror for the above outlined CLINs. Prices included in the CLINs are fully inclusive of all costs, items, and services needed to satisfy all objectives in the Statement of Work attached. •d. A complete and detailed price breakdown with all supporting information (other than certified cost and pricing data). •e. Each page of each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 THE FOLLOWING CLAUSES/PROVISIONS APPLY: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items 52.212-4, Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.217-9, Option to Extend the Term of the Contract 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6 with Alt I, Restriction on Subcontractor Sales to the Government; 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; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-28, Post Award Small Business Program Representation; 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 w/ Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification 52.232-18, Availability of Funds 52.233-2, Service of Protest: Rose McWilliams, Contracting Officer; NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office; 700 Robbins Ave; Bldg 2B; Philadelphia, PA 19111; rosemary.mcwilliams@navy.mil 52.237.-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference FAR Clauses: http://acquisition.gov/comp/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ 52.252-2, Clauses Incorporated by Reference FAR Clauses: http://acquisition.gov/comp/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ 252.201-7000, Contracting Officer's Representative 252.203-7005, Representation Relating To Compensation of Former DOD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, CCR Alternate A 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7000, Offeror Reps and Certs--Commercial Items 252.212-7001, Contract Terms and Conditions for Defense Acquisition of Commercial Items 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002, Requests for Equitable Adjustment; 252.232-7010, Levies on Contract Payments 252.232-7006, Wide Area Workflow Payment Instructions 5252.204-9400, Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems Appointment of Contracting Officer's Representative (FISC DET PHILA) (OCT 1992) *To be determined at contract award ATTACHMENTS: I Statement of Work POINT OF CONTACT: The point of contact for questions about this requirement is: Joyce Kichman, Code 280.1B, joyce.kichman@navy.mil, 215-697-9678.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913RZ102/listing.html)
 
Place of Performance
Address: Navy Financial Management and Comptroller Office, 1000 Navy Pentagon, Washington, District of Columbia, 20350, United States
Zip Code: 20350
 
Record
SN03175850-W 20130907/130905235741-d8a578b520c2bd89493bbe7a07ed8a7a (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.