Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOLICITATION NOTICE

T -- Technical Writer with SSBN Expertise - Fleet Nuclear Weapons Surety Policy Manual and Associated Compliance Tracking Management Tool Support Services

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0554
 
Response Due
9/25/2015
 
Archive Date
10/10/2015
 
Point of Contact
Kate Petti 757-443-1618 Kate Petti
 
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, 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 (https://www.neco.navy.mil/). The Combined Synopsis/Solicitation number is N00189-15-T-0554. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Publication Notice 20150626. 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 associated NAICS Code is 541990 “ All Other Professional, Scientific and Technical Services and this procurement is being set-aside for small businesses. The small business size standard is $15.0 million. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) requests a firm-fixed-price quote to provide the services described in the attached performance work statement (PWS). Contractors responding to this request must furnish both a price quote and a technical quote, as described below. Please see Performance Work Statement below. The period of performance is for five (5) months commencing 30 September 2015 and continuing through 29 February 2016. Place of Performance: Norfolk, VA 23551-2487. The FAR and DFARS provisions and clauses applicable to this procurement are attached. Please see Attachment (III). ADDENDUM TO FAR 52.212-1 In addition to FAR 52.212-1, śInstructions to Offerors “ Commercial Items, ť the following guidelines should be heeded and the documentation shall be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation. This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. 1)Interested vendors may send their quote to the Navy via email to kate.petti@navy.mil. 2)Quote contents shall consist of the following elements: a)Technical Approach b)Price Submission c)Acknowledgement of any amendments Each element should be submitted as a separate component within the quote to allow for isolated review and evaluation of each element. a)Technical Approach: Describe the approach to the task. Identify labor category responsible for performing the requirement. Written approach shall provide sufficient information to demonstrate the contractor ™s ability to successfully perform all tasks identified in the PWS. Provide information detailing company experience in accomplishing projects of similar scope and magnitude to this PWS. b)Price Quote: Provide a firm-fixed-price quote on the attached spreadsheet (Attachment (II)). c)Acknowledgement of Amendments: Acknowledgement of any issued amendments can be satisfied by replying via e-mail to kate.petti@navy.mil. d)Quote Cover Letter: Provide the name, title, telephone number, facsimile number, and e-mail address of the company/division point of contact that can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government. Lastly, provide the company name, street address, and DUNS Number. e)Completed 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 (DEVIATION 2015-OO0005) (DEC 2014). Complete paragraph (b) of DFARS Provision 252.209-7992 (page 30 of Attachment (III)). f)DD FORM 254 - Complete Section 6 of the DD FORM 254 (Attachment (IV)), to include the cognizant Defense Security Service Office. g)Exceptions to the Combined Synopsis/Solicitation: Provide any exceptions taken and the rationale for the exceptions to the Combined Synopsis/Solicitation. Note that exceptions to the Combined Synopsis/Solicitation may render the quote unacceptable to the Government. ™ 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government shall issue a task order resulting from this Combined Synopsis/Solicitation to the responsible quoter whose quote, conforming to the Combined Synopsis/Solicitation, The Government will award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible vendor whose quote, conforming to the Combined Synopsis/Solicitation; represents the lowest-priced-technically-acceptable (LPTA) quote. I.TECHNICAL 1. Technical Acceptability- Technical acceptability will be determined based on an evaluation of the vendor ™s technical approach. The Government will evaluate each vendor ™s Written Technical submission Acceptable or Unacceptable. Written Technical Submittal: Acceptable: Technical approach demonstrates that the information proposed meets the Government ™s requirements as set forth in this Combined Synopsis/Solicitation. Unacceptable: Failing to provide any of the technical information and/or providing unclear or inadequate information proposed that does not meet the Government ™s requirements. Note: If the Contracting Officer determines that a vendor ™s Written Technical Submission is śunacceptable, ť that vendor ™s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award. II.PRICE Price proposals will be evaluated for price reasonableness. The Government may evaluate any and all information submitted by the vendor to support the reasonableness of prices quoted. The method of evaluation used by the Contracting Officer is solely within the discretion of the Contracting Officer. SELECTION (a) The Government intends to evaluate quoters and award a contract using the procedures of FAR Subpart 13.106. The Government shall select the vendor whose quote represents the best value to the Government, considering price and technical when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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), a point of contact, name and phone number, business size, payment terms, written technical submission, and completed 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (see Attachment III). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. WAGE DETERMINATIONS DEPARTMENT OF LABOR (DOL) DETERMINATION OF MINIMUM WAGE AND FRINGE BENEFITS The following U.S. Department of Labor Wage Determination is hereby incorporated in this solicitation and the resultant contract. Compliance is mandatory. To ensure uniformity of wage determination rates for each location and labor category, Offerors shall use DOLs determination rates current revisions. The following Wage Determinations are the most current to this date. It is the contractor ™s responsibility to make sure they use the most recent revision listed at the DOL site listed below. Wage Determinations: Wage Determination No.: 2005-2543 Revision No.: 18 Date Of Revision: 07/08/2015 State: North Carolina, Virginia Area: Area: North Carolina Counties of Camden, Chowan, Currituck, Gates, Pasquotank, Perquimans Virginia Counties of Chesapeake, Gloucester, Hampton, Isle of Wight, James City, Mathews, Newport News, Norfolk, Poquoson, Portsmouth, Southampton, Suffolk, Surry, Virginia Beach, Williamsburg, York This announcement will close at 1500 Norfolk, VA Local Time on Friday, 25 September 2015. Contact Contract Specialist Kate Petti who can be reached at 757-443-1618 or email kate.petti@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Attachments: Attachment I “ Combined Synopsis Solicitation and PWS Attachment II “ Pricing Spreadsheet Attachment III “ FAR Clauses and Provisions Attachment IV “ DD Form 254 QUESTIONS Questions regarding this Combined Synopsis/Solicitation shall be submitted in writing by 4:30 pm Local Time Norfolk, VA on 23 September 2015 via e-mail to Contract Specialist Kate Petti at kate.petti@navy.mil. SUBMITTAL INSTRUCTIONS Quotes shall be submitted via email to kate.petti@navy.mil. Attachments are limited to 5 MB per attachment. Quotes should be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0554/listing.html)
 
Record
SN03897881-W 20150924/150922235527-4b9d414671caa2cdac4929f299bb0896 (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.