SOLICITATION NOTICE
R -- USFF requires the means to collect, interpret, and measure HQ Staff competency information for the purpose of enabling increased capacity and performance of the USFF workforce.
- Notice Date
- 6/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018915T0280
- Response Due
- 7/1/2015
- Archive Date
- 7/16/2015
- Point of Contact
- LCDR Eric Dieges 757-443-1732
- 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, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; 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 RFQ number is N00189-15-T-0280. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS DPN 20150602. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 541614 and the Small Business Standard is $15 Million. The proposed contract is 100% set aside for small business concerns. U.S. Fleet Forces Command requests responses from qualified sources capable of providing process and productivity improvement services in accordance with the attached Performance Work Statement. The Period of Performance is 03 August 2015 to 02 May 2016; Delivery Location is U.S. Fleet Forces Command, 1562 Mitscher Avenue, Norfolk, VA 23551-2487.. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management; 52.204-13, SAM Maintenance; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation; 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 - Commercial Items including; 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-99, Establishing a Minimum Wage for Contractors; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran--Representation and Certifications; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.245-1, Government Property; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements--Representation; DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 ALT A, System for Award Management; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law--Fiscal Year 2015 Appropriations; DFARS 252.211-7007, Reporting of Government-Furnished Property; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea This announcement will close at 12:00 pm EST on 01 July 2015. Contact LCDR Eric Dieges who can be reached at 757-443-1732 or email eric.dieges@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, proposed personnel qualifications, and technically acceptability of the proposed staffing plan based on the required labor categories outline in the attached Performance Work Statement (PWS). 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0280/listing.html)
- Place of Performance
- Address: 1562 Mitscher Avenue, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03771742-W 20150624/150622235108-880963085ad0bc6ea4067c86ffc378a9 (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 |