SOLICITATION NOTICE
R -- SECURITY AND LOGISTICAL SUPPORT TO THE 6TH NATIONAL VETERANS SUMMER SPORTS CLINIC (NVSSC) - N00244-13-T0236
- Notice Date
- 9/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, Regional Contracts Dept (Code 200), 3985 CUMMINGS ROAD, BUILDING 116 - 3RD FLOOR, San Diego, California, 92136-4200, United States
- ZIP Code
- 92136-4200
- Solicitation Number
- N0024413T0236
- Archive Date
- 9/25/2013
- Point of Contact
- Romeo F. Almazan, Phone: 6195567742
- E-Mail Address
-
romeo.almazan@navy.mil
(romeo.almazan@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ N00244-13-T-0236 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures under FAR Part 13, 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 N00244-13-T-0236. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20110518. 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 561499 and the Small Business Standard is $14.0M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing safety, security and logistical support to the National Veterans Summer Sports Clinic (NVSSC), IAW the attached Statement of Work. CLIN 0001: SAFETY, SECURITY AND LOGISTICAL SUPPORT TO THE 6TH ANNUAL NATIONAL VETERANS SUMMER SPORTS CLINIC (NVSSC), SAN DIEGO, CA POP: 13 - 20 September 2013 Method of Payment: WAWF DELIVERY LOCATION: Mark For: H91269, JS SEE ATTACHED SOW. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (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: (i) PAST PERFORMANCE (ii) PRICE Factor (i), PAST PERFORMANCE, is significantly more important than Factor (ii), PRICE. Although cost is not as important as past performance, it should not be ignored. The degree of its importance will increase with the degree of equality of proposals in relation to past performance, or when it is so significantly high as to diminish the value of the past performance superiority to the Government. 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. (b) Offeror's PAST PERFORMANCE information 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. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE 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. (d) 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) 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/. Additional instruction to offerors: Offers shall include following: (1) Signed priced offer on company letterhead (see FAR 52.212-1) with point of contact information, DUNS, Cage Code, and business size/type. (2) Statement addressing how minimum requirements are to be met, if not in technical drawing/specification. (3) Delivery Schedule This announcement will close at 4:00 PM PST, 10 September 2013. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Quotes will only be accepted via e-mail at Romeo.almazan@navy.mil. Do not mail or fax quotes. Questions in regards to this solicitation shall be submitted via e-mail to Romeo.almazan@navy.mil by 09:00 AM PST, 10 September 2013. Questions received after this date and time may not be answered. OTHER TERMS AND CONDITIONS: 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 provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verifications of Contractor Personnel 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-6, Brand Name or Equal is hereby incorporated by reference. 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-37, Employment Reports on Special Disabled Veterans 52.219-6, Notice of Total Small Business Set-Aside 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.232-18, Availability of Funds 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-2, Inspection of Supplies - Fixed Price 52.247-34, F.O.B. Destination 52.249-1, Termination for the Convenience of the Government (Short Form) 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law 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: 252.225-7001, Buy American Act and Balance of Payment Program and 252.203-7000, DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7006, WAWF Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243.7001, Pricing of Contract Modifications DFARS 252.247-7023 (ALT III), Transportation of Supplies by Sea NDZ L-332, Unit Pricing ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024413T0236/listing.html)
- Place of Performance
- Address: SEE ATTACHED SOW., SAN DIEGO, California, 92136, United States
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN03179740-W 20130911/130909235155-d23245b39eb20fcf16485ba22df6761c (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 |