SOLICITATION NOTICE
99 -- Semi-Annual PM Inspections of Selective Catalytic Reduction System
- Notice Date
- 3/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
- ZIP Code
- 22134-5045
- Solicitation Number
- M00264-14-T-0033
- Archive Date
- 3/26/2014
- Point of Contact
- Natalie Ramsey, Phone: 7037842926
- E-Mail Address
-
natalie.ramsey@usmc.mil
(natalie.ramsey@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Request for Quotation (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 8, as supplemented with additional information included in this notice. This RFQ document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62, published December 20, 2012. This acquisition is a 100% small business set-aside under NAICS code 541511, size standard of $25.5M. Request for Quotation on the following items or services: CLIN Item Description Unit Qty Amount Total 0001 Semi-Annual PM inspections of SCR. There will be two (2) inspections per year, (May and August). See the attached Statement of Work for services required. Please see the attached Statement of Work (SOW) for additional details. Delivery date requested: 01 Apr thru 17 Nov, 2014. Please provide FOB Destination pricing and a delivery schedule (with your offer) for the following address: Newlin Hall Bldg 3255 Quantico, VA The closing date and time for quote submission is: 11 March 2014 by 2 :00PM EST. Offers received after this date and time may be considered non-responsive and will not be given further consideration. Please provide all submissions to Government Point of Contact: Natalie Ramsey at (703) 784-2926 (phone); or e-mail natalie.ramsey@usmc.mil. All contractors must comply with the requirement listed above for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) contract. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. TECHNICAL EVALUATION STANDARD: The contractor shall address the following three factors: •1. Factor 1 - Technical Capability - Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery. •2. Factor 2 - Past Performance - Provide three (3) references supporting the ability to deliver the items on schedule and in quantities requested. Offerors are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. •3. Factor 3 - Price - The offeror shall complete CLIN pricing on page one (1) of this solicitation. In addition to the completed CLIN pricing on page one (1), the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. AWARD DECISION: The award decisions will be made as follows: •(1) Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. Table A-1 •(2) Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 3 - Price. •(3) Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation. PAST PERFORMANCE FACTOR RATING SCALES Past Performance ratings will be assessed based upon the citations provided by the Offeror relative to the criteria cited in Factor 2 and based upon feedback provided by government principals with cognizance over previous performance. The following table illustrates the past performance ratings rationale that will be applied. Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Table A-2 DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF-RA (Wide Area Workflow):_______________ If Not, Will Your Company Register? ________________ 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ If No, Will You Register: ________________ 4. Company Considered Small or a Large Business under the NAICS Code of 541511: _____________ 5. Delivery Time of Requested Items: ____________ Please show earliest delivery date possible. 6. FOB Cost If Applicable:_______________ A. NOTE: Is Freight (Fob) Included In Price? If Not, Please Indicate Price and Where It's Being Originated From: _______________ Discount Terms: ___________ Company Name and Address: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Company Point of Contact: _____________________________________________________ Company Telephone: __________________ Company Facsimile: ___________________ GSA Schedule: ________________________ Expiration Date: _______________________ The following FAR clauses and provisions apply to this acquisition and can be viewed at http://www.acquisition.gov/far : 52.252-1 Solicitation Provisions Incorporated By Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252-203-7002 Requirement to Inform Employees of Whistleblower Rights 252-204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Alt III Transportation of Supplies by Sea U3 DD 250 Receiving Report Submission Through Wide Area Workflow - Receipt and Acceptance (WAWF-RA) ** Special Invoicing Instructions: Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) ** WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests. Compliance with WAWF-RA is mandatory. Include in each offer a statement acknowledging that you are WAWF-RA compliant. In order to get registered with WAWF-RA, visit https://wawf.eb.mil/. In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within you company. Statement of Work for the Maintenance of the Selective Catalytic Reduction System (SCR) SCOPE : The G-6 requires the servicing and preventive maintenance of the SCR system located at bldg 3255 Newlin Hall. BACKGROUND : Newlin Hall is a Marine Corps critical infrastructure asset facility which operates in a ZERO down time environment and utilizes the SCR system that aids in the correct dosing of emission control chemicals once the 2MW generator is started in support of IT services. Contractor Responsibilities : 1. The Contractor shall provide all labor, materials, equipment and a quality control program to ensure that maintenance is being performed per OEM specs. 2. The Contractor shall coordinate with the point of contact (POC), Mr. Ben Ubiles, prior to performing any maintenance on the SCR system. Government Responsibilities : 1. The Government shall provide the required number of escorts during any scheduled maintenance. 2. The COR shall provide contract oversight and performance assessment throughout the period of performance. Period of Performance : April 1 2014 - November 17 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-14-T-0033/listing.html)
- Place of Performance
- Address: USMC Base, 3255 Newlin Hall, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03301233-W 20140306/140304234814-a93fd32164d6e75a0624442373a250f4 (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 |