Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

D -- Information Technology Support Services -TSV-1 Prevail

Notice Date
2/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0957714RC007
 
Response Due
3/10/2014
 
Archive Date
3/20/2014
 
Point of Contact
MARK A. ZACCAGNINI 757-443-1296
 
Small Business Set-Aside
Total Small Business
 
Description
INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES FOR TSV-1 PREVAIL This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 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 N0957714RC007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140129. 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 541990 and the Small Business Standard is $14,000,000.00. The proposed contract is 100% set aside for small business concerns. Fleet Logistics Center, Norfolk (FLCN) requests responses from qualified sources capable of providing the required IT Support Services detailed in the attached Performance Work Statement (PWS). The period of performance is anticipated to be one base year plus four option years.. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 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/. 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 will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following FAR and DFARS provisions and clauses are applicable to this procurement and are incorporated by reference: 52.204-7 Central Contractor Registration 52.204-13 Central Contractor Registration Maintenance 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (DEC 2012) Alternate I 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities 52.223-18Contractor Policy to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-36 52.217-5 52.217-8 52.217-9Payment by Third Party Evaluation of Options Option to Extend Services Option to Extend the Term of the Contract 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 252.204-7003 252.204-7012Control Of Government Personnel Work Product Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.203-7000Requirements relating to Compensation of Former DOD Officials 252.247-7023Alternate III Transportation of Supplies by Sea 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7010 Levies on Contract Payments 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: Technical Acceptability Price Additional information is provided in the ADDENDUM TO FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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. (End of provision) The following NAVSUP provisions and clauses apply to this solicitation and are incorporated by reference: 5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) 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 a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than 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 charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME:Mark A. Zaccagnini ADDRESS:1968 Gilbert St., Suite 600 Norfolk, VA 23511-3392 TELEPHONE: (757) 443-1296 (End of Clause) ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS “ COMMERCIAL ITEMS Proposals must be received by FLC Norfolk NLT the closing date of the solicitation. 1. Interested offerors should submit their proposal via email to Mark.Zaccagnini@navy.mil. 2. Proposal content and instructions when submitting a proposal shall consist of: a.Technical Proposal b.Price Submission c.Acknowledgement of any amendments Proposal Page Limitations: The following page limitations are established for the proposal submitted in response to this solicitation: TitlePage Limit Technical Proposal5 pages Price ProposalNo Limit All submissions and attachments shall be in Microsoft compatible format. Submissions that are page limited shall be prepared in no smaller than 12-pitch, single-spaced with no less than a one inch margin on all sides. In the event photo reduction is used for graphs and drawings, their presentation must be clear and legible. Offeror submissions shall not include hyperlinks. PROPOSAL CONTENTS AND INSTRUCTIONS Volume I Non-Price Proposal “ Technical Proposal Offerors shall provide a written narrative not to exceed five (5) pages in length. The offeror shall demonstrate a complete understanding of the Performance Work Statement (PWS) and discuss their capability to fully implement and execute all requirements of the PWS. The offeror shall included in their technical proposal a general staffing approach for utilization of the offeror ™s personnel resources that demonstrates an understanding of the skill sets required to successfully accomplish the tasks of the PWS. Volume II Price Proposal The Offeror ™s price submission shall include: Firm-Fixed Priced Labor CLIN for IT Support Services Total amount of the quote To assist the contracting officer in making a price reasonableness determination the submission shall include: Labor Category, Labor Rates, and Hours used in developing the proposed price, along with the price of any materials if applicable. ADDENDUM TO FAR 52.212-2 EVALUATION “ COMMERCIAL ITEMS 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: Technical Acceptability and Price. Technical proposals will be evaluated as Acceptable or Unacceptable. Unacceptable technical proposals will not be further evaluated and will not be considered for award. Technical Proposal The offeror's technical proposal shall convince the government that the offeror is capable of fully providing the services identified in the PWS by the contract start date. Technical proposals shall demonstrate the offeror's overall understanding of the PWS requirements and shall identify the offeror ™s capability to perform the requirements outlined in the PWS. Technical proposals will be rated Acceptable or Unacceptable. Unacceptable technical proposals will not be further evaluated and will not be considered for award. Price Proposal The offeror ™s proposed price will be evaluated on the basis of price reasonableness. The evaluation may include, but is not limited to: a. Price comparison with other offerors; b. Comparison with Independent Government Estimates. Offerors responding to this solicitation are advised that, prior to award, the government may request offerors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted offer. AWARD DECISION The Contracting Officer intends to award a contract to the low priced, technically acceptable offeror. Offerors found to be technically Unacceptable will not be considered for award. This announcement will close at 1400 EST on 10 March 2014. Contact Mark A. Zaccagnini who can be reached at (757) 443-1296 or email mark.zaccagnini@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. ***************************** End of Combined Synopsis/Solicitation **********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0957714RC007/listing.html)
 
Record
SN03298221-W 20140301/140227234444-34b3f2d4085fee7dbf0463ea17c1a6b5 (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.