SOLICITATION NOTICE
D -- COLLECTOR - Environment Intelligence Preparation of the Battlespace (EIPB) - Package #1
- Notice Date
- 8/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Branch (N112), Bldg 9134, Stennis Space Center, Mississippi, 39522-5001, United States
- ZIP Code
- 39522-5001
- Solicitation Number
- N6230615R7S05
- Archive Date
- 10/2/2015
- Point of Contact
- Tanya R. Burnett, Phone: 228-688-5796, Belfield Collymore, Phone: 228-688-4937
- E-Mail Address
-
tanya.burnett@navy.mil, belfield.collymore@navy.mil
(tanya.burnett@navy.mil, belfield.collymore@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N6230615R7S05_LABOR CATEGORY DESCRIPTION N6230615R7S05_LABOR HOURS RATES N6230615R7S05_PRICE MATRIX/CLIN STRUCTURE-TASK ORDER 1 N6230615R7S05_PRICE MATRIX/CLIN STRUCTURE-BASIC CONTRACT N6230615R7S05_DD254 N6230615R7S05_QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. Solicitation number N62306-15-R-7S05 is issued as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through FAC 2005-83 and DFARS Publication Notice 20150803. 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/dfarspgi/current/index.html. The NAICS code is 541511 Custom Computer Programming Services and the Small Business Size Standard is $27.5M. 3. The Naval Oceanographic Office (NAVOCEANO), Stennis Space Center, MS, intends to issue a sole source, Indefinite Delivery Requirements Contract and Task Order 1 to Lockheed Martin Management Systems Designer, Inc., Gaithersburg, MD 20879, pursuant to FAR 6.302-1. The requirement is for c ontractor services to e nhance CO L L ECTOR - Environm e nt I ntell i g e n c e P r e p a r a t i on of the B a t t lesp ac e (C -E I P B ) Ge o g r a phic I n f ormation S y stem ( G I S ), including incorporating new extensions to meet current and emergent operational requirements of NAVOCEANO and other Navy commands. The place of performance is Naval Oceanographic Office, Stennis Space Center, MS. The period of performance is as follows: Base Year - 30 September 2015 to 29 September 2016. Option Year 1 - 30 September 2016 to 29 September 2017. Option Year 2 - 30 September 2017 to 29 September 2018. 4. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial apply to this acquisition. 5. The provisions at FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability of the services offered to meet the Government's need Price fairness and reasonableness Technical capability is approximately equal to price. Past Performance will be evaluated to determine if previous contractual performance was satisfactory. 6. Small Business Subcontracting Plan - Offerors shall submit a Small Business Subcontracting Plan in accordance with FAR 19.7, FAR 52.219-9, DFARS 219.7, and DFARS 252.219-7003 if applicable. The following recommended subcontracting goals are based on minimum statutory goals and provide assistance in development of small business subcontracting plan target goals: Small Business - 36.0% HUBZone Small Business - 3.0% Service-Disabled Veteran-Owned Small Business - 3.0% Small Disadvantaged Business - 5.0% Women-Owned Small Business - 5.0% 7. Offerors shall include a completed copy of the provision at FAR 52.212-3, Alternate I - Offeror Representations and Certifications with its offer. 8. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, as amended, applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions-Commercial Items: Amend paragraphs (a), (e), (i), (l), and (m) to include paragraphs (a), (e), (i), (l), and (m) of Alternate I to be applicable to the labor hour contract line item number (CLIN). 9. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The Contractor shall comply with the following FAR clauses incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 Small Business Subcontracting Plan, Alternate II FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds FAR 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.232-33 Payment by electronic Funds Transfer - System for Award Management FAR 52.237-11 Accepting and Dispensing of $1 Coin 10. PROVISIONS - The following provisions are incorporated into the solicitation by reference: FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-7 Information Regarding Responsibility Matters 11. CLAUSES - The following clauses will be incorporated in the award document: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-2 Security Requirements FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition FAR 52.219-16 Liquidated Damages - Subcontracting Plan FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-7 Payments Under Time and Material and Labor Hour Contracts FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.239-1 Privacy or Security Safeguards FAR 52.243-3 Changes--Time-and-Materials or Labor-Hours FAR 52.245-1 Government Property FAR 52.245-9 Use and Charges FAR 52.246-6 Inspection--Time-and-Materials or Labor-Hours FAR 52.246-25 Limitation of Liability-Services FAR 52.248-1 Value Engineering 12. The following DFARS provisions and clauses are applicable to this procurement by reference: DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation - ((DEVIATION 2015-o0010)) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - (DEVIATION 2015-o0010) DFARS 252.204-0001 Line Item Specific: Single Funding 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 252.225-7002 Qualifying country sources as subcontractors DFARS 252.211-7003 Item Identification and valuation DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.215-7008 Only One Offer DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program DFARS 252.225-7001, Buy America and Balance Of Payment Program DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 DFARS 252.225-7048 Export-Controlled Items DFARS 252.227-7013 Rights in Technical Data-Noncommercial Items DFARS 252.227-7015 Technical Data--Commercial Items DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies On Contract Payments DFARS 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 reporting Loss of Government Property DFARS 252.245-7003 Contractor Property Management system Administration DFARS 252.245-7004 Reporting, Reutilization, and Disposal NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) SUP 5252.203-9400 Personal Conflicts of Interest SUP 5252.203-9402 Use of Information/Technical Data SUP 5252.245-9401 Government Furnished Property 13. The clause FAR 52.217-8 Option to Extend Services applies to this acquisition: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the contract expiration. (End of Clause) 14. The clause at FAR 52.217-9 Option to Extend the Term of the Contract applies to this acquisition: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. (End of Clause) 15. Offers are to be received via electronic mail (e-mail) no later than 2:00 p.m. Central Time on 17 September 2015. 16. Submit offers to Ms. Tanya Burnett at tanya.burnett@navy.mil and Mr. Belfield Collymore at belfield.collymore@navy.mil. 17. Submit questions regarding this RFP via e-mail to Ms. Tanya Burnett at tanya.burnett@navy.mil and Mr. Belfield Collymore at belfield.collymore@navy.mil. 18. The Statement of Work (SOW) contains controlled unclassified information (CUI) and is not provided with this RFP. Offerors may request the SOW from the individuals identified in paragraph 14 above. This RFP includes the following attachments: (a) Quality Assurance Surveillance Plan (QASP) (b) DD254 (c) Price Matrix / CLIN Structure - Basic Contract (d) Price Matrix / CLIN Structure - Task Order 1 (e) Labor Hour Rates (f) Labor Category Description
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d3b501f018e261e05d872e98a29c0c1a)
- Place of Performance
- Address: 1002 Balch Boulevard, Stennis Space Center, Mississippi, 39522-5001, United States
- Zip Code: 39522-5001
- Zip Code: 39522-5001
- Record
- SN03846065-W 20150821/150819235918-d3b501f018e261e05d872e98a29c0c1a (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 |