SOLICITATION NOTICE
73 -- GALLEY DINING FACILITY CABINETS WITH SNEEZE GUARD
- Notice Date
- 6/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024414T0093
- Response Due
- 7/2/2014
- Archive Date
- 7/17/2014
- Point of Contact
- Jennifer Escalante 619-556-7738 Jennifer Escalante, Contract Specialist
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13, Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Solicitation number is N00244-14-T-0093. The incorporated provisions and clauses are those in effect through FAR FAC 2005-72, Effective 30 Jan 2014 and DFARS Change Notice 20140428. This solicitation is issued as a Total Small Business Set-Aside. NAICS Code 337127, Institutional Furniture Manufacturing is applicable and business size is 500. The Government anticipates awarding a Firm-Fixed Price supply contract for the procurement of the following customized dining facility cabinets and equipment. This requirement is subject to the Service Contract Act and applicable Wage Determination. CLIN 00001 Cabinets with Cubicle Facing CLIN 00002 Cabinet with Shelf Facing CLIN 00003 TV Mounts (Main/Speed Line) CLIN 00004 TV Mount (CPO/Officer) CLIN 00005 Sneeze Shield/Fruit Display CLIN 00006 Hat Rack CLIN 00007 Cable Cover CLIN 00008 Face Laminating (Main Line) CLIN 00009 Face Laminating (Speed Line) CLIN 00010 Face Laminating (CPO/Officer) CLIN 00011 Labor The contractor shall provide the above items, remove existing equipment, and install new equipment in accordance with the attached Statement of Work. DELIVERY TERMS: FOB Destination DELIVERY DATE: 30 days After Receipt of Award ALL CLINs: Inspection and acceptance will be made at Destination by the Government. Method of Payment: Wide Area Work Flow (WAWF) to pay invoices. SITE VISIT: A Site visit will be held on Friday 27 June 2014 from 9:00 AM 10:00 AM PST at Naval Base San Diego. Reservations to attend the site visit must be made by close of business 26 June 2014 by submitting an e-mail request at jennifer.escalante@navy.mil. Please reference the solicitation number in the e-mail title and include the phrase Site Visit Request. Please note that the site visit is not mandatory but highly encouraged. QUESTIONS ARE TO BE SUBMITTED ONLY VIA EMAIL to jennifer.escalante@navy.mil and received no later than 4:30 PM PST on 27 June 2014. Questions received after this date and time may not be addressed. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/ It is the responsibility of the interested contractors to obtain copies of the necessary provisions and clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following provisions and clauses are applicable: FAR 52.212-2 Evaluation of Commercial Items; (a) The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. 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. The following factors shall be used to evaluate offers: (i)Technical Capability (ii)Past Performance (iii)Price The Government intends to make award on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards. The technical capability to provide supplies meeting the specifications as defined in the Statement of Work (Factor i) and Past Performance (Factor ii) are equal to price (Factor iii). Offerors proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the quote as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire quote unacceptable and ineligible for award. See paragraph (b) below. Only those Offers which meet the minimum requirements required by Factor (i) will be further evaluated under Factor (ii), Past Performance. Failure to meet the minimum criteria for this factor will render the entire quote unacceptable and ineligible for award. See paragraph (c) below. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. Award will be made on the lowest evaluated price. See paragraph (d) below. (b) Technical Capability to meet specifications as defined in the Statement of Work, Factor (i), will be assessed by evaluating the contractor s plan to provide the equipment outlined in the Statement of Work and timeline to meet the delivery schedules. Please submit no more than a 5 page Word document utilizing a font size of 11. This document shall address how the contractor will meet the requirements of this solicitation. The Government will rate the responses as follows: RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. (c) Offerors PAST PERFORMANCE, Factor (ii), 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 two prior same and/or similar contracts performed within the past three years. PAST PERFORMANCE information shall be provided on the attached document labeled Past Performance Worksheet . Information utilized will be obtained from these references as well as any other sources that may have relevant information. Offers that lack relevant past performance history will receive a neutral rating for this factor. Any Offerors 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. If the offeror has no relevant past performance, the offeror shall submit a statement that it has no relevant related or similar past performance experience. The Contracting Officer will evaluate Offerors PAST PERFORMANCE as follows: NEUTRALNo relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Quote receives no merit or demerit for this factor. SATISFACTORYVery little risk anticipated with delivery of quality products, on time, or of degradation of performance, or lack of customer satisfaction based upon the offerors past performance. UNSATISFACTORYSignificant potential risk anticipated with delivery of quality products, on time, and of degradation of performance based upon the offerors past performance. (d) Price. All vendors shall provide pricing for the CLINs identified and a total overall price. (e) 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. At the discretion of the Contracting Officer, the Government intends to evaluate quotes 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. ADDITIONAL INSTRUCTIONS TO OFFERORS: The contractor shall provide a technical capability statement that is no more than a 5 page Word document utilizing a font size of 11. This document shall address how the contractor will meet the requirements of this solicitation. The contractor shall provide a completed the Past Performance Worksheet. If the contractor does not have relevant past performance history, the contractor shall provide a written statement that they possess no relevant past performance history. All quotes shall include the solicitation number, price(s), a point of contact, name and phone number, business size, contractor s CAGE code, tax identification number and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. FAR 52.204-7 -- System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representation and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Re-representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2014 Appropriations. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export Controlled Items (June 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.247-7023, Transportation of Supplies by Sea UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. End of Clauses/Provisions. Submit offers via NECO or email to Jennifer Escalante who can be reached at email jennifer.escalante@navy.mil. 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/200/N0024414T0093/listing.html)
- Place of Performance
- Address: Naval Base San Diego, San Diego, CA
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN03405324-W 20140627/140625234438-c500a000d3290c26bd91a03778bcc031 (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 |