SOLICITATION NOTICE
U -- AVIATION SUPPORT
- Notice Date
- 3/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-14-T-DR11
- Archive Date
- 3/24/2014
- Point of Contact
- Debora T. Roseboro, Phone: 7577632449
- E-Mail Address
-
debora.roseboro@navsoc.socom.mil
(debora.roseboro@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SNYOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-14-T-DR11 is issued as a request for quotation (RFQ) and this is notice that Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (NSWC-JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The requirement is to procure Aviation Support ISO for Naval Special Warfare Group Ten (NSWG-10) in accordance with the Statement of Work which will be provided. This solicitation is set-aside for small business concerns. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. NAICS code 611699 Small business size standard 10.0 CLIN Description U/I Qty 0001 Aviation Support ISO for Naval Special Warfare Group Ten(NSWG-10) in accordance with Statement of Work* LO 1 *Attachments for this solicitation shall be made available to interested vendors who respond to this post and currently possess a Cage Code and appropriate DSS security clearance. Vendors who do not currently possess the required security clearances will not be considered or provided with a copy of the SOW or other correspondence. Interested parties should request supporting information via email to: debora.roseboro@navsoc.socom.mil. Proposal Submissions: Quotes are due, 21 March 2010 by 1000 Eastern Standard Time. Quotes must be valid for 30 days. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-14-T-DR11. Contractors are responsible for verifying receipt of their proposals to this office before offer due date and time. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Debora Roseboro, email: debora.roseboro@navsoc.socom.mil no later than 18 March 2014 at 1000 EST to allow adequate time to prepare a response. Only written questions regarding this announcement will be accepted. Email is the preferred method of submission. Quotes, together with the signed amendment(s), if applicable, must be submitted electronically to Debora Roseboro at debora.roseboro@navsoc.socom.mil. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.204-2 Security Requirements (AUG 1996) 52.204-7 Central Contractor Registration (FEB 2012) 52.204-99 System for Award Management Registration (AUG 2012) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) 52.219-8 Utilization of Small Business Concerns (JUL 2003) 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2013) 52.243-1 Changes - Fixed Price (AUG 1987) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (APR 1984) 52.247-34 F.o.b. - Destination (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference), www.arnet.gov and www.acq.osd.mil (FEB 1998) 52.252-2 Clauses Incorporated by Reference www.arnet.gov and www.acq.osd.mil (FEB 1998) 52.252-6 Authorized Deviations in Clauses (APR 1984) ADDENDUM to 52.212-1, Instructions - Commercial Items (JAN 1999) is applicable to this procurement. The following are additional instructions to Offerors: The Government will award a purchase order 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: Factor 1: Technical capability All quoters shall provide a technical proposal to include how the offeror will perform the contract in accordance with the Performance Work Statement (PWS), which shall include all certifications and stated requirements. The Technical Proposal shall be as specific and complete as to clearly demonstrate to the Government that the offeror has a thorough comprehension of and capabilities to perform all aspects of the solicitation requirements. Statements that the quoter understands the requirement and can or will comply with the requirements will be considered in adequate. Quoters whose technical submittal are rated "Unacceptable" will be rejected and removed from further competition. Factor 2: Past Performance The quoter shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts within the past three years prior to the solicitation closing date that is the same as or similar to, the scope and magnitude of the work described by this solicitation. To demonstrate its past performance, the quoter shall identify up to two (2) of its most relevant contracts or efforts within the past three (3) years, and provide any other information the quoter considers relevant to the requirements of the solicitation. Quoters should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation. If subcontractor past performance is provided as part of the two (2) of its most relevant contracts or efforts, the subcontractor past performance will be given weight relative to the scope and magnitude of the aspects of the work under the solicitation that the subcontractor is proposed to perform. Therefore, the quoter's past performance submittal shall detail clearly the aspects of the work in the solicitation that the subcontractor is proposed to perform. The quoter should complete a "Past Performance Information Form" for each reference submitted. The form is Attachment II to the combined synopsis/solicitation. The Government reserves the right to consider past performance report forms received after the due date of the solicitation and to contact references for verification or additional information. Factor 3: Price Procedures in FAR 13.106 are applicable to this procurement. The quoter shall provide sufficiently detailed information as to enable the Contracting Officer to determine the reasonableness of the proposed price. Prices for all line items in the schedule above shall be provided. Price quotes shall be held firm for thirty (30) days. (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses incorporated in 52.212-5 are also applicable: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jun 2013) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6 Notice of Total Small Business Concerns (Nov 2011) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-9 Small Business Subcontracting Plan (Jan 2011) 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54 Employment Eligibility Verification (Jul 2012) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the offeror they are to indicated in the submitted quote, there is no need to complete these provisions again for this solicitation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (DEC 2011) 252.204-7004 Alt A Central Contractor Registration (SEP 2007) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR2012) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (DEVIATION 2012-00004) (JAN 2012) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2011) 252.215-7007 Notice of Intent to Resolicit (JUN 2012) 252.215-7008 Only One Offer (JUN 2012) 252.225-7000 Buy American-Balance of Payments Program Certificate (JUN 2012) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012 252.227-7015 Technical Data Commercial Items (JUN 2013) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea - Alternate III (JUN 2013) The following SOFARS provision and clauses apply to this acquisition: SOFARS 5652.204-9003 - Disclosure of Unclassified Information (NOV 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.215-9016 - Technical and Contractual Questions Concerning This Solicitation (2000). All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Debora Roseboro at debora.roseboro@navsoc.socom.mil. SOFARS 5652.233-9000 - Independent Review of Agency Protests SOFARS 5652.237-9000 - Contractor Personnel Changes Note: FAR 52.212-3 requires the use of the Central Contractor Registration (CCR). The CCR was migrated into the comprehensive System for Award Management (SAM), More information on SAM is found at https://www.sam.gov. Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. NOTE: THE BELOW TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. ATTACHMENTS: (UPON REQUEST) Attachment I - Statement of Work Attachment II - Past Performance Information Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-T-DR11/listing.html)
- Place of Performance
- Address: 1600 SEABEE ROAD, BLDG 3889, VIRGINIA BEACH, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN03311164-W 20140316/140314234451-36fc98227bab4a896ef0c3a3f0771a37 (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 |