Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
SOLICITATION NOTICE

J -- Kitchen Equipment Maintenance for the United States Naval Academy

Notice Date
7/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915TZ219
 
Response Due
8/10/2015
 
Archive Date
8/25/2015
 
Point of Contact
Martyn Piggott (215)697-9638 Martyn Piggott
 
E-Mail Address
.piggott@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Quotation United States Naval Academy (USNA) Request for Quote (RFQ) number N0018915TZ219 is being issued through full and open competition under the NAICS Code 811412. The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the United States Naval Academy (USNA) to acquire maintenance for their kitchen equipment. The contract will require preventative maintenance and repair of all items described in the Performance Work Statement (PWS). The proposed contract will have a base period of performance of 1 October 2015 to 30 September 2016 and include four (4) one-year options. Request for Quote N00189-15-T-Z219 contemplates a Firm-Fixed-Price contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures under FAR Subpart 13.5; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued- PAPER COPIES OF THE SOLICITATION WILL NOT BE AVAILABLE. The Government will not pay for information received. The NAICS code is 811412 with a size standard of $15.0M. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. It is the respondent ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil. The Performance Work Statement (PWS) is enclosed as Attachment I, CLINs are provided in Attachment II, Past Performance Information Form is Attachment III, and the Wage Determination (WD 05-2247 Rev.-17) is Attachment IV. It is intended that a single contract will be awarded resulting from this combined synopsis/solicitation. NAVSUP Fleet Logistics Center Norfolk “ Philadelphia Office POC: Mr. Martyn Piggott, martyn.piggott@navy.mil - Contract Specialist I. Notes: A.Provide questions to martyn.piggott@navy.mil. Any questions received after 5 August 2015 may not be answered. Answers to all questions received by the deadline will be posted as an amendment to this combined synopsis/solicitation. B.The deadline for submission of quotes is 17:00 (5:00 PM), 10 August 2015. Quotes must be e-mailed to martyn.piggott@navy.mil. Quotes submitted through the NECO portal will not be considered. Quoters who fail to complete and submit the requirements above may be considered non-responsive. C.All communications shall be directed to the NAVSUP FLC Norfolk Contracting Philadelphia Office point of contact listed above. Interested parties shall NOT contact the customer (USNA) with questions / concerns. D.Quote evaluation and award determination may be accomplished by the Government without holding discussions with quoters. Therefore, quoters are requested to provide their most favorable terms and prices. II. Requested Information: Interested parties shall provide information to the Government as follows: Non-Price Submission -Cover Page (does not count towards page limit) -Performance Approach (not to exceed 2 pages) oThe performance approach shall explain the quoter ™s method of accomplishing the requirements detailed in the Performance Work Statement. It should address the location of performance, hours of operation, equipment to be serviced, and maintenance standards. -Past Performance Submission (not to exceed 2 pages) oThe quoter ™s Past Performance submission shall demonstrate relevant Past Performance or shall affirmatively state that it possesses no relevant Past Performance. Relevant Past Performance is performance under task orders and/or contracts or efforts within the past 5 years, which are of the same or similar scope and magnitude to that which is described in the solicitation. The quote shall provide a detailed explanation demonstrating the relevance of similar past performance to the requirements of the solicitation. oPast performance submissions shall be limited to 2 references and include: Contract and Task Order (if applicable) Number and Period of Performance Government Point of Contact and Phone Number Contract and/or Task Order Value Description of products and services provided under the reference to include how they relate to the requirements of this solicitation. Quality, delivery, or cost problems, corrective actions taken, and effectiveness of the corrective actions. Identification of any subcontractor(s) used, to include a description of the extent of work performed by the subcontractor(s) along with the annual dollar value of the subcontract. oThe Past Performance submission shall be submitted on attached Past Performance Information Form (Attachment III). -The quoters Small Business Subcontracting Plan (this plan is not required for Small Business quoters). Price Submission -The pricing submission shall include a complete and detailed price breakdown with all supporting documentation. The price submission shall include all elements of cost and other information as appropriate to support the respondent ™s price. The price breakdown WILL NOT be used to perform a price realism. -The submission shall include: oSeparate pricing information for each CLIN (See Attachment II). oAny and all planned subcontracts shall be identified and priced in the price submission. Subcontracts (regardless of dollar value) shall be adequately documented. Subcontractor price information may be submitted separately. oPricing information sufficient to establish compliance with the Service Contract Labor Standards (See Attachment IV), formerly the Service Contract Act. Each page of each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 III. Evaluation Criteria -The Government will evaluate quotes using the lowest price, technically acceptable (LPTA) process. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-price factors. -Performance Approach will be evaluated to determine if the quoter ™s method for providing the supplies and services listed in the Performance Work Statement is technically acceptable. -Past performance will be evaluated to determine if the respondents probability of meeting the solicitation requirements is acceptable. The past performance evaluation considers each respondents demonstrated recent and relevant record of performance in supplying products and services that meet the contracts requirements. One performance confidence assessment rating is assigned for each respondent after evaluating the respondents recent past performance, focusing on performance that is relevant to the contract requirements. There are two aspects to the past performance evaluation. The first is to evaluate the respondents past performance to determine how relevant a recent effort accomplished by the respondent is to the effort to be acquired. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The Past Performance Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to the performance confidence assessment. -The price submission will be evaluated by adding the total price for all options to the total price for the base period of performance. Price evaluation will document fairness and reasonableness. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions on Subcontractor Sales to the Gov ™t Alternate I SEP 2006 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations “ Rep DEC 2014 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-3 Offeror Representations and Certification--Commercial Items MAR 2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) MAY 2015 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-8 Utilization of Small Business Concerns OCT 2014 52.219-9 Small Business Subcontracting Plan (Deviation 2013-O0014) AUG 2013 52.219-14 Limitations on Subcontracting NOV2011 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-35 Equal Opportunity for Veterans JUL 2014 52.222-36 Affirmative Action For Workers With Disabilities JUL 2014 52.222-37 Employment Reports on Veterans JUL 2014 52.222-41 Service Contract Labor Standards MAY 2014 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2014 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act “ Supplies MAY 2014 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DEC 2012 52.232-1 Payments APR 1984 52.232-18 -- Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.244-6 Subcontracts for Commercial Items APR 2015 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013 252.203-7998(DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Rep (DEVIATION 2015-O0010) 252.204-7004 Alt A System For Award Management FEB 2014 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013 252.209-7999(DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations (Deviation) MAY 2014 252.225-7048 Export Controlled Items JUN 2013 252.225-7050 Disclosure Of Ownership Or Control By The Government Of A Country That Is A State Sponsor Of Terrorism DEC 2014 252.225-7994(DEV) Additional Access To Contractor and Subcontractor Records In The United States Central Command Theater Of Operations (Deviation 2014-O0020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Work Flow Payment Instructions May 2013 252.232-7010 Levies On Contract Payments DEC 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel JUNE 2013 To be awarded this contract, the respondent must be registered in the SAM. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns and Bradstreet, CAGE Code and Federal Tax ID numbers MUST be listed on quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ219/listing.html)
 
Place of Performance
Address: United States Naval Academy
Zip Code: Midshipmen Food Service Division (MFSD) Galley
 
Record
SN03817378-W 20150801/150731000138-e91cb75145c857d19e898ffb79c825f3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.