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

B -- Polygraph and Plethysmograph Services

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415T0265
 
Response Due
9/28/2015
 
Archive Date
10/14/2015
 
Point of Contact
Norman Florida 619-556-5323 Claudia Aguzar, 619-556-6145, claudia.aguzar@navy.mil
 
E-Mail Address
iacalone,
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial item prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation/Request For Proposal (RFP); proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFP number is N00244-15-T-0265. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150826. 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 this address: http://farsite.hill.af.mil/. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) is requesting for proposals from qualified sources capable of providing Polygraph and Plethysmograph services as stated in Attachment 1 Performance Work Statement (PWS). This solicitation is 100% set-aside for small business. The NAICS code is 561611 Investigation Services and the small business size standard is $20.5 million. The anticipated period of performance (PoP) is from 01 October 2015 to 30 September 2016; Place of Performance is at Naval Consolidated Brig Miramar (NCBM), San Diego, California. RESPONSIBILITY AND INSPECTION: Acceptance and Inspection at Government location and by the Government, respectively, unless otherwise specified in the order; the contractor is responsible for the performance of all inspection requirements and quality control. The order resulting from this RFP will be a firm-fixed-price (FFP) type contract. Pre-bid inquiries shall be submitted to the Contract Specialist, Norman Florida via e-mail at email address: norman.florida@navy.mil. PAYMENT: WIDE AREA WORKFLOW (WAWF) SPECIAL REQUIREMENTS: - The contractor shall be Nationally Certified and Licensed by any state to perform the type of Polygraph and/or Plethysmograph services stated in the PWS. - The contractor shall be sex offender testing certified by the American Polygraph Association (APA). The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its 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 (Deviation 2013-O0019)(Jul2014) 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.243-1 Changes Fixed Price 52.247-34 F.O.B. Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with proposals. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.205-7000 Provisions of Information to Cooperative Agreement Holders 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and non-price factor(s) considered. Award will be made to the vendor whose proposal represents the best value to the Government. The following factors shall be considered for evaluation: (i)Factor I: Technical Capability. (ii)Factor II: Past Performance. (iii)Factor III: Price. Evaluation and Award Determination. The Navy will consider all proposals starting from the lowest total priced submission. The Government reserves the right to evaluate the next lowest total priced submission until it has determined an acceptable proposal. The evaluation will stop at such point when the Government has determined that a proposal is technically acceptable with the lowest evaluated total price. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other proposals. Award will be made to the responsible vendor whose proposal is accepted as the lowest priced technically acceptable. The Government intends to conduct the source selection on the Lowest Price Technically Acceptable (LPTA) evaluation using Acceptable or Unacceptable rating scheme. A finding of Unacceptable on Factor I Technical Capability will render the entire proposal being determined as Unacceptable. Factor I: Technical Capability. The Government will evaluate offeror s technical capability on Acceptable or Unacceptable basis, which represents the minimum acceptable criteria. The offeror must demonstrate a clear understanding of the Government s requirements and ability to perform the requirements in section 2. Qualifications/Certifications Requirements and section 3. Tasks of the performance work statement (PWS). Failure to meet the minimum criteria will render the proposal to be technically unacceptable. Factor II: Past Performance (PP). The Government will evaluate Offeror s relevant PP from information provided (use attachment 2) and/or from the Government Past Performance Information Retrieval System (PPIRS). Relevant PP will be evaluated based on similarity of work, service provided, complexity, dollar value, contract type, magnitude and degree of subcontract/teaming of recent PP when compared to the requirements of this solicitation/PWS. Recent PP means relevant PP performed no more than three years from 21 September 2015. Each offeror shall demonstrate relevant PP or affirmatively state that it possesses no relevant PP. PP will be rated on an Acceptable or Unacceptable basis using the following rating and description: Rating: Acceptable Description: Based on the offeror s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort or the offeror s performance record is unknown. (See note below). Rating: Unacceptable Description: Based on the offeror s performance record, the Government has no reasonable expectation that the offeror will successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorable or unfavorable on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. Factor III: Price. A FFP contract will be made to the offeror whose proposal is determined to be the lowest priced technically acceptable proposal. Price analysis will be used to support fair and reasonable price determination. 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) This combined synopsis/solicitation will close at 12:00 (noon) pm PST on 28 September 2015. Submit question(s) and proposal via email to norman.florida@navy.mil using subject line: RFP N00244-15-T-0265 Polygraph and Plethysmograph services. All responsible sources may submit a proposal which will be considered by the agency. Last date/time to submit question(s) is 25 September 2015 at 900AM San Diego, California time. System for Award Management (SAM). Offerors 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/. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAM database will make an offeror ineligible for award. Ensure compliance with this regulation when submitting your proposal. All proposals shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0265/listing.html)
 
Record
SN03898450-W 20150924/150923000042-ee27f739ad988e972b85fc7e59e298a2 (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.