SOLICITATION NOTICE
J -- Maintenance and repair services for Breathing Air Compressors and Technical Rescue Air Carts - Combined Synopsis - Solicitation
- Notice Date
- 8/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Hawaii Kaneohe Bay, Box 63063, Kaneohe Bay, Hawaii, 96863-3063, United States
- ZIP Code
- 96863-3063
- Solicitation Number
- M67400-14-T-0255
- Archive Date
- 9/20/2014
- Point of Contact
- Jose A Gil, Phone: 3126458697
- E-Mail Address
-
jose.a.gil@usmc.mil
(jose.a.gil@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Cover Sheet. Statement of Work. Combined Synopsis - Solicitation. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-14-T-0255 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and Defense Federal Acquisition Supplement Publication Number (DPN) 20140805. The FSC code is J043 and the NAICS code is 333912. The Government intends on issuing a single order to the quoter whose quote is most advantageous to the Government and meets all criteria in this solicitation and the Statement of Work (SOW). In accordance with the attached SOW, the Government is soliciting a quote for the purchase of maintenance and repair services for five (5) Breathing Air Compressors and seventeen (17) Technical Rescue Air Carts for one (1) Base Year plus four (4) Option Years. This service shall take place in multiple locations in Okinawa, Japan (see section 3.1, Facilities, of the SOW). All services, as annotated in the attached SOW, awarded as a result of this RFQ are expected to commence no later than the date specified in the contract award and the SOW. All quoters shall submit a technical proposal, a price quotation, and past performance. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separate volumes. Quoters shall include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. Quotations are not limited to a maximum number of pages per Volume. Quoters shall submit one electronic file for the price proposal and two electronic files for the technical proposal and past performance. One version of the technical proposal and past performance shall be redacted. Volume I - Price Quotation This volume of the quotation shall consist of pricing for all contract requirements, to include pricing for all Option Years. Volume II - Technical Proposal This volume shall contain the Overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The quoter shall provide responses which address each of the requirements as listed in the SOW. Detailed responses to each of these requirements shall provide an explanation indicating quoter's ability and proposed methodology to be utilized to meet each requirement. Responses shall not be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks presented in the SOW. This volume shall also contain the quoter's Safety Plan, in accordance with the SOW, and proof of current Compressor Gas Association certification. (i) Technical Proposal shall be practical, legible, clear, and coherent. In order that evaluation may be accomplished strictly on the merit of the material submitted, no prices shall be included in technical proposals. General statements that the quoter can comply with the requirements will not, by themselves, be adequate. Volume III - Past Performance This volume shall contain the past performance information of at least three previous contracts that are both relevant and recent. Relevancy is defined as any contract that was performed for the exact or similar service. Recency is defined as any contract performed within the last five (5) years. The following factors will be considered, in order of precedence, when evaluating all quotes received: Price, Technical Approach, and Past Performance. Price is more important than Non-price factors combined. Volume I - Price Quotation will be ranked based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Volume II - Technical Proposal will be evaluated based off all evaluation criteria taking into consideration the tradeoff process. Technical Criteria Ratings - Rating definition Acceptable - Technical Proposal clearly demonstrates the ability to meet the requirements of the SOW. A Safety Plan was submitted in accordance with the SOW. Proof of current Compressor Gas Association certification was submitted. Unacceptable - Technical Proposal fails to demonstrate the ability to meet the requirements of the SOW. A Safety Plan was not submitted or it was not in accordance with the SOW. Proof of current Compressor Gas Association certification was not submitted. Volume III - Past Performance will be rated using the ratings of acceptable, unacceptable, and neutral. Past Performance Criteria Ratings - Rating definition Acceptable - Quoter provides three (3) or more previous contracts that are both relevant and recent. Unacceptable - Quoter fails to provide at least three (3) previous contracts that are both relevant and recent. Neutral - In the event that a quoter does not have any Past Performance records, it shall be stated in Volume III and the quoter will receive a neutral rating. A neutral rating shall be treated as such and not negatively impact the overall evaluation of any responsive quoter. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. All quotes shall be submitted in English. Please see the below for the requirement's details: CLIN 0001: Base Year -Breathing Air Compressor and Technical Rescue Air Carts maintenance and repair services IAW the Statement of Work. -Emergency Repairs IAW the Statement of Work. -Reimbursable Parts IAW the Statement of Work. -Period of Performance: Sept 15, 2014 - Sept 14, 2015. CLIN 1001: Option Year 1: -Breathing Air Compressor and Technical Rescue Air Carts maintenance and repair services IAW the Statement of Work. -Emergency Repairs IAW the Statement of Work. -Reimbursable Parts IAW the Statement of Work. -Period of Performance: Sept 15, 2015 - Sept 14, 2016. CLIN 2001: Option Year 2: -Breathing Air Compressor and Technical Rescue Air Carts maintenance and repair services IAW the Statement of Work. -Emergency Repairs IAW the Statement of Work. -Reimbursable Parts IAW the Statement of Work. -Period of Performance: Sept 15, 2016 - Sept 14, 2017. CLIN 3001: Option Year 3: -Breathing Air Compressor and Technical Rescue Air Carts maintenance and repair services IAW the Statement of Work. -Emergency Repairs IAW the Statement of Work. -Reimbursable Parts IAW the Statement of Work. -Period of Performance: Sept 15, 2017 - Sept 14, 2018. CLIN 4001: Option Year 4: -Breathing Air Compressor and Technical Rescue Air Carts maintenance and repair services IAW the Statement of Work. -Emergency Repairs IAW the Statement of Work. -Reimbursable Parts IAW the Statement of Work. -Period of Performance: Sept 15, 2018 - Sept 14, 2019. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996), FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-8 Option to Extend Services (Nov 1999), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984), FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252.203-7000 Requirement Relating to Compensation of Former DOD Officials (Sep 2011), DFARS 252.203-7002 Requirement to Inform Employees of Whistle Blower Rights (Sep 2013), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006: Radio Frequency Identification (Sep 2011), DFARS 252.225.7043 Antiterrorism/Force Protection Policy For Defense Contractors Outside The United States (Mar 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jan 2012), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management( Jul 2013), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.233-3 Protest After Award (Aug 1996) and DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Dec 2013) Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (May 2013) Wide Area Work Flow Payment Instructions. Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information will result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to jose.a.gil@usmc.mil NLT 1800 EST on 3 Sept 2014. Quoters shall submit their response to this RFQ via email to jose.a.gil@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 5 Sept 2014. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ. Alternate Point of Contact: SSgt Mitchaner, Nathan, nathan.mitchaner@usmc.mil. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M67400-14-T-0255/listing.html)
- Place of Performance
- Address: Okinawa, Japan., United States
- Record
- SN03480346-W 20140828/140826234749-111197bba445c3fe312674aa15f8d202 (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 |