Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2013 FBO #4411
SOLICITATION NOTICE

D -- Car Sharing System Support Services

Notice Date
12/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024414T0014
 
Response Due
1/3/2014
 
Archive Date
1/18/2014
 
Point of Contact
Cindy Tafoya 562-626-7378
 
E-Mail Address
Click here to contact the contracting officer via e-mail
(cindy.tafoya@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 N00244-14-T-0014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-71 and DFARS DPN20131220. 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 541511 and the Small Business Standard is $21.0M. The NAVSUP-Fleet Logistics Center San Diego, Seal Beach Division, has a requirement for Car Sharing Support Services. The contractor will be required to provide Car Sharing Support Services in accordance with the Performance Work Statement attached. All authorized users of the contract will be located on the Naval Station, Great Lakes, Il and Naval Base, Bangor, WA. The Government requests responses from qualified sources capable of providing required services per Performance Work Statement attached. Base Period: 16 Jan 2014 to 15 January 2015 ITEM 0001 Car Sharing Support Services at Naval Base Bangor, WA for hosting 15 vehicles with no on board computers two key managers and a dedicated server for the reservation and reporting applications. - See Attached Performance Work Statement for Requirements Quantity: 12 months, (Base Period) ITEM 0001AA-Monthly dedicated server base rate ITEM 0001AB-Hosting per vehicle (15 each) ITEM 0001AC-Support, firmware updates, upgrades and global system mobile (GSM) data communication per key manager system. GSM phone data connection master box (2 each) ITEM 0002-Car sharing Support Services at Naval Station, Great Lakes, IL for hosting 13 vehicles with no on-board computers. Two key managers and a dedicated server for the reservation and reporting application - See Attached Performance Work Statement for Requirements ITEM 0002AA-Monthly dedicated server base rate ITEM 0002AB-Hosting per vehicle (13 each) ITEM 0002AC- Support, firmware updates, upgrades and global system mobile (GSM) data communication per key manager system. GSM phone data connection master box (2 each) ITEM 0002AD-Support software/firmware updates, GSM key manager system onboard computer (13 each) Option Year 1: 16 January 2015 to 15 January 2016 ITEM 1001 Car Sharing Support Services - Naval Base Bangor, WA for hosting 15 vehicles with no on board computers two key managers and a dedicated server for the reservation and reporting applications. See Attached Performance Work Statement for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AA-Monthly dedicated server base rate ITEM 1001AB-Hosting per vehicle (15 each) ITEM 1001AC-Support, firmware updates, upgrades and global system mobile (GSM) data communication per key manager system. GSM phone data connection master box (2 each) ITEM 1002-Car sharing Support Services at Naval Station, Great Lakes, IL for hosting 13 vehicles with no on-board computers, two key managers and a dedicated server for the reservation and reporting application - See Attached Performance Work Statement for Requirements ITEM 1002AA-Monthly dedicated server base rate ITEM 1002AB-Hosting per vehicle (13 each) ITEM 1002AC-Support, firmware updates, upgrades and global system mobile (GSM) data communication per key manager system. GSM phone data connection master box (2 each) ITEM 1002AD-Support software/firmware updates, GSM key manager system onboard computer (13 each) Option Year 2: 16 January 2016 to 15 January 2017 ITEM 2001 Car Sharing Support Services - Naval Base Bangor, WA for hosting 15 vehicles with no on board computers two key managers and a dedicated server for the reservation and reporting applications. See Attached Performance Work Statement for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AA-Monthly dedicated server base rate ITEM 2001AB-Hosting per vehicle (15 each) ITEM 2001AC-Support, firmware updates, upgrades and global system mobile (GSM) data communication per key manager system. GSM phone data connection master box (2 each) ITEM 2002- Car sharing Support Services at Naval Station, Great Lakes, IL for hosting 13 vehicles with no on-board computers, two key managers and a dedicated server for the reservation and reporting application - See Attached Performance Work Statement for ITEM 2002AA-Monthly dedicated server base rate ITEM 2002AB-Hosting per vehicle (13 each) ITEM 2002AC- Support, firmware updates, upgrades and global system mobile (GSM) data communication per key manager system. GSM phone data connection master box (2 each) ITEM 2002AD-Support software/firmware updates, GSM key manager system onboard computer (13 each) PERIOD OF PERFORMANCE Base Year: 16 January 2014 to 15 January 2015 Option Year 1: 16 January 2015 to 15 January 2016 Option Year 2: 16 January 2016 to 15 January r 2017 The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-28, Post-Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, 52.245-1 ALT 1, Government Property; 52.245-9, Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 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 Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.223-7008,Prohibition of Hexavalent Chromium; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 52.225-25 “Prohibition on Contracting with Entities Engaging in Certain Activities or transactions relation to Iran- Representation and Certifications. 52.217-5 -- Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 36 months. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following FAR 52.212-2, Evaluation: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest overall price and other factors considered. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. To be considered, quotes must be received by 1:00 PM PST on 03 January 2014. Quotes can be sent to the Contract Specialist, Cindy Tafoya via email cindy.tafoya@navy.mil or fax 562-626-7275. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above listed Government points of contact. 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 http://www.sam.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024414T0014/listing.html)
 
Record
SN03256024-W 20131222/131220235034-31960a02ca5261f7f2601771b593875f (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.