SOLICITATION NOTICE
D -- upport of Aviation Command & Control (AC2) Combat Operations Exercise in Okinawa, Japan. - Statement of Work
- Notice Date
- 9/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
- ZIP Code
- 96379-2000
- Solicitation Number
- M67400-15-T-0002
- Point of Contact
- Isoko Tomimoto, Phone: 011816117458695, Nathan Mitchaner, Phone: 011816117458540
- E-Mail Address
-
isoko.tomimoto.ja@usmc.mil, nathan.mitchaner@usmc.mil
(isoko.tomimoto.ja@usmc.mil, nathan.mitchaner@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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 M67400-15-T-0002 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 DPN 20140828. The FSC code is W070. The NAICS code is 511210. **Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** The Government is soliciting quotes for Support of Aviation Command & Control (AC2) Combat Operations Exercise in Okinawa, Japan. Please see the attached Statement of Work (SOW) for the requirement's details. 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 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. Quoter shall use the following CLINs structure for price quotation: CLIN 0001: Exercise Support. Contractor shall provide necessary equipment and technicians to MACS 4, 1st MAW in accordance with the SOW for Keen Sword 15 Exercise (from 25 Oct 2014 to 15 Nov 2014) at Kadena Air Base in Okinawa, Japan. Include price breakdown for equipment list and labor hours. CLIN 0002: Travel Related Expense. Per Diem, Lodging, Travel Charges, shall be paid in accordance with, and will not exceed, Maximum Travel Per Diem Allowances for Foreign Areas as prescribed by the U.S. Department of State. Rates can be found at http://aoprals.state.gov/web920/per_diem.asp. The Contractor shall submit all related receipts along with invoice prior to payment. *AIR FARE: $---. -Authorized but not to exceed (receipts are required for payment). *LODGING: ($--- X # of nights) = $---. -Authorized but not to exceed (receipts are required for payment). (Lodging cost based on the usage of on-base facilities, if available). *RENTAL CAR: $---. -Authorized but not to exceed (receipts are required for payment). *PER DIEM: ($-- X # of nights) = $---. Volume II - Technical Proposal This volume shall contain the Overall Technical Approach, to include equipment list; Proposed Methodology; Demonstrated Understanding of the Statement of Work (SOW). 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. 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 three (3) years. The following factors will be considered, in order of precedence, when evaluating all quotes received: Technical Approach, Past Performance, and Price. Non-price factors combined are more important than price. 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. Unacceptable - Technical Proposal fails to demonstrate the ability to meet the requirements of the SOW. 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 include DUNS number, CAGE code, and TAX ID number (if applicable) in a quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. *Questions regarding this requirement must be submitted to isoko.tomimoto.ja@usmc.mil NLT 3:00 P.M. on 22 Sep 2014 (PST). *Quoters shall submit their response to this RFQ via email to isoko.tomimoto.ja@usmc.mil NLT 3:00 P.M. on 25 Sep 2014 (PST). Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office, Marine Corps Installation Pacific NLT than the expiration of this RFQ. The following clauses and provisions apply to this acquisition: FAR 52.204-2 Security Requirement (Aug 1996), FAR 52.204-7 System Award for Management (Jul 2013), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011), 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 52.223-5 Pollution Prevention and Right-to-Know Information (Aug 2003). FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 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 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), FAR 52.243-1 Alternate I, Changes- Fixed Price (Apr 1984), DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009), DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (May 2013), DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.222-7002 Compliance with Local Labor Laws (Jun 1997), DFAR 252.225-7041 Correspondence in English (Jun 1997), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), 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), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFARS Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013). Note: Full text of each FAR and DFARS clause/provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0002/listing.html)
- Place of Performance
- Address: Kadena Air Base in Okinawa, Japan., Japan
- Record
- SN03521180-W 20140921/140920000334-8850a73b5457d1b01f434b21b42e9d57 (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 |