MODIFICATION
25 -- Purchase of Fabrication of BenchSeating for E350 Ford Vans
- Notice Date
- 2/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 336360
— Motor Vehicle Seating and Interior Trim Manufacturing
- Contracting Office
- N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130Telegraph Rd Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- N6328515R0230
- Response Due
- 2/25/2015
- Archive Date
- 2/27/2015
- Point of Contact
- Mary Lee Schuck 571-305-9271 Deloris Ennis, PCO, 571-305-9286
- E-Mail Address
-
mary.schuck.ctr@navy.mil
(mary.schuck.ctr@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Acquisition Procedures under the NCIS Acquisition Program for commercial services 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N63285-14-R-0230 and is being issued as an RFQ. This solicitation document incorporates provisions and clauses in effect through FAC 2005-79 and DFARS Change Notice 20141216. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336360 and the Small Business Standard is 500 employees. This solicitation will result in a Firm Fixed Price contract Naval Criminal Investigative Service (NCIS) requests responses from qualified sources capable of providing CLIN 0001. Contractor shall provide fabrication of benches and, installation service, in accordance with the below delivery requirements. CLIN 0001 - BUILDOUT OF REAR OF VAN FOR JUMP OUT. SEATING TO INCLUDE : FABRICATIONG THE REAR OUT OF WOOD. PAINT WOOD WITH PROTECTIVE COATING IN A DARK GREY COLOR. UPHOLSTERY TOP OF SEATING AREA WITH VINYL TO INCLUDE PIPING AND DOUBLE STITCHING FOR DURABILITY PER THE BELOW SPECIFICATIONS AND THE ATTACHED PICTURES. SEAT SPECIFICATIONS ARE AS FOLLOWS: (1) The benches should be configured as follows: one (1) bench should be approximately 5ft. 3inches in length and run along the backside of the lock-box (vault); one (1) bench should be approximately 57inches in length and run along the passenger side of the van (beginning in the area where the sliding door would lock in place and running up to or adjoining to the bench that runs alongside the lock-box); and one (1) bench should be approximately 54inches in length and run along the driver side of the van (beginning in the area where the AC unit ends and running to the back of the drivers seat); seats should be 20inches high including cushion. [2] Each bench should have the ability to have the seat portion of the bench removable so that we can store breaching gear and other equipment underneath the seat; BENCH FRAME SHOULD BE SECURED TO VEHICLE INTERIOR and [3] Each seat portion should be padded for comfort; {4] Benches should be made of wood and painted with a protective coating. Upholster top of seating area with vinyl to include piping and double stitching for durability. {5} Color of benches should be dark grey. Vendor is to install vehicles by bolting with minimal disruption to the vehicle. The following FAR provision and clauses are applicable to this procurement: 52.202-1 Definitions 52.204-2 Security Requirements 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.225-3 Buy American Act-Free Trade Agreements - Israeli Trade Act 52.233-2 Protest after Award 52.233-4 Applicable Law for Brach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications - Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments 252.247-7024 Notification of Transportation of Supplies by Sea CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted upon final delivery and paid via Wide Area Workflow. Interested vendors may send the quotation to the Naval Criminal Investigative Service (NCIS) in any of the following ways; (a) By e-mail to mary.schuck.ctr@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: Naval Criminal Investigative Service Attn: Mary Lee Schuck, Code 11B1, Russell Knox Building, 27130 Telegraph Road, Quantico, VA 22134-2253 The quotation shall consist of two parts: (1) a written technical/delivery submission and (2) price information. I. Written Technical/Delivery Submission: Each vendor shall provide either one (1) original or one (1) copy in hard copy or an electronic version of the following: The Offeror shall describe its assessment of the objective to be accomplished under this requirement and detail corporate resources to be applied as well as procedures for coordinating management. II. Price Submission: Vendors shall complete price schedule as follows: (1) Total price for each CLIN as set forth in the attached Schedule (no substitutions or deletions) and provide supporting information with a price breakdown by CLIN/Subclin Structure. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFAR 252.212-7000. Vendors must also acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be on a technically acceptable, lowest price basis. The following factors shall be used to evaluate quotes: Lowest Price Technically Acceptable offer. (b) A written order in response to the vendor's quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered Quotations will be evaluated as follows: a) Technical capability - Fabrication of benches to specifications c) Price The Government will evaluate quotes for award purposes by adding the total price of the requirement. In accordance with FAR 15.404-1(b), price proposals will be evaluated by the Government to ensure completeness, price reasonableness for the services being provided, considering the specific terms and conditions and relevant commercial practices. Completeness. The Government will evaluate the price proposal for completeness by assessing the responsiveness of the Offeror in providing requested pricing data for all RFP requirements and the tasks in the PWS. Reasonableness The Government will evaluate how well the Offeror's proposal supports pricing over the life of the contract. This announcement will close at 3:00 P.M. on 20 February 2015. Please direct questions to Mary Lee Schuck at mary.schuck.ctr@navy.mil NLT 12:00 P.M 24 February 2015. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the System for Award Management 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/notices/ccd55fcefe6d6b96cdd5bbbc11fb2859)
- Record
- SN03644544-W 20150220/150218234555-ccd55fcefe6d6b96cdd5bbbc11fb2859 (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 |