Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
SOLICITATION NOTICE

H -- On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast Hanger and Walk-In Booth

Notice Date
9/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
N0024415T0330
 
Response Due
10/9/2015
 
Archive Date
10/24/2015
 
Point of Contact
KIMBERLY RIEDER 619-556-5239
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-15-T-0330. The RFQ and incorporated provisions and clauses are those in effect through FAR Fac 2005-83, Effective 03 September 2015 and DFARS-DPN 20150921. This solicitation is issued as a 100% small business set aside. NAICS Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance is applicable and business size is $7.5 million. ************************************************************************** Line Item 0001: On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth located at Bay 11 to meet regulatory compliance requirements in accordance with the attached statement of work paragraph 1.2.1. Period of performance: November 1, 2015 through October 31, 2016 Qty. 1 Lot Line Item 0002: On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth located at Bay 12 to meet regulatory compliance requirements in accordance with the attached statement of work paragraph 1.2.2. Period of performance: November 1, 2015 through October 31, 2016 Qty. 1 Lot Line Item 0003: On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth located at Bay 13 to meet regulatory compliance requirements in accordance with the attached statement of work paragraph 1.2.3. Period of performance: November 1, 2015 through October 31, 2016 Qty. 1 Lot Line Item 0004: Repairs and preparations for air quality inspections of exhaust systems to meet regulatory compliance requirements in accordance with the attached statement of work. The Government will provide an estimated cost for maintenance/repairs/material as a Not To Exceed Cost for this Line Item. Period of performance: November 1, 2015 through October 31, 2016 Qty. 1 Lot Line Item 1001 (Option Item): On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth located at Bay 11 to meet regulatory compliance requirements in accordance with the attached statement of work paragraph 1.2.1. Period of performance: November 1, 2016 through October 31, 2017 Qty. 1 Lot Line Item 1002 (Option Item): On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth located at Bay 12 to meet regulatory compliance requirements in accordance with the attached statement of work paragraph 1.2.2. Period of performance: November 1, 2016 through October 31, 2017 Qty. 1 Lot Line Item 1003 (Option Item): On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth located at Bay 13 to meet regulatory compliance requirements in accordance with the attached statement of work paragraph 1.2.3. Period of performance: November 1, 2016 through October 31, 2017 Qty. 1 Lot Line Item 1004 (Option Item): Repairs and preparations for air quality inspections of exhaust systems to meet regulatory compliance requirements in accordance with the attached statement of work. The Government will provide an estimated cost for maintenance/repairs/material as a Not To Exceed Cost for this Line Item. Period of performance: November 1, 2016 through October 31, 2017 Qty. 1 Lot FOB Destination. Inspection and acceptance will be made at Destination by the Government at San Diego, CA 92135. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. STATEMENT OF WORK Leak Free Certification for Bays 11 and 12 PMB Hangars and Bay 13 Walk-In Booth 1. Scope: 1.1.This Statement-of-Work (SOW) identifies necessary supplies and services to provide on-site, ť services to perform leak-free certification and minor repairs of Government owned assets, at Fleet Readiness Center Southwest (FRC-SW), PO Box 357058, NAS North Island, San Diego, CA 92135-7058. 1.2.The services requested are for three Plastic Media Booth (PMB) systems as described on the respective permits. 1.2.1.Bay 11 Permit to Operate (PTO) defines the system as an ťAbrasive Blast Facility (90 ™ x 56 ™ x25 ™): 6 Stripping Technologies Inc. Airwall Filter System, 2 Twin City Fan and Blower Co. size 542 Type TSL-SW Exhaust fans, Total 106,000 CFM ¦ ť This system has twin exhaust stacks approximately three stories, roughly 5 in diameter, maybe 36 high with access via the attic or roof that vent outside of the building. 1.2.2.Bay 12 Authority to Construct (ATC) define the system as a śPlastic Media Blast (PMB) aircraft hangar measuring 90 ™ x 56 ™ x 25 ™ with blast bay air filters and/or louvers ť. The system consists of an Envirosystems Stripmaster Series 400 PC, three (3) Envirosystems AWC-3 cartridge filter airwalls (each 19 ™ x 9 ™ x 4 ™) feeding a common plenum and parallel exhaust system through two (2) variable frequency driven roof top fans, 50,000 CFM each. This system also has twin exhaust stacks approximately three stories, roughly 5 in diameter, maybe 36 high with access via the attic or roof. However, instead of venting outside of the building, these have horizontal ducting that run approximately 50 ™ in length that connect the exhaust vents to a recirculating air plenum that recirculates approximately 85% of the exhaust air, so only 15% of the exhaust is vented outside.. 1.2.3.Bay 13 Permit to Operate (PTO) defines the second system as an śAbrasive Blast Room w/ Recycling: Spray Systems Inc., (40 ™ x 16 ™ 12 ™); EnviroSystems AW160 Dust Control w/ 30 cartridges ¦, 20 HP Blower Motor, 16,000 CFM ¦ ť This equipment has an exhaust motor is directly above this and has almost no exhaust ducting “ there is a snail shape plenum with an opening of 18 x 18 approximately. 1.3.The primary Period of Performance for the requested services is from November 1, 2015 to October 31, 2016. Additionally, the Government reserves the right to exercise one (1) subsequent service year option covering November 1, 2016 to October 31, 2017. 2.Applicable Documents: 2.1San Diego Air Pollution Control District (APCD) Permit to Operate (Bay 11) “ APCD2008-PTO-91089 2.2San Diego (APCD) Authority to Construct (Bay 12) “ APCD2007-APP-985163 2.3San Diego (APCD) Permit to Operate (Bay 13) “ APCD2007-PTO-890333 2.4California (CALIF) O.S.H.A., Regulation #5143 (a) 5 2.5California (CALIF) O.S.H.A., Regulation #5143 (c) 2 2.6Dept. of Navy Local Population ID Card/Base Access Pass Registration, SECNAV Form 5512/1 3.General Requirements: 3.1.The Contractor must have full knowledge of the referenced equipment, must be able to perform all work in-compliance with the Original Equipment Manufacturer (OEM) technical specifications, best commercial practices, and in accordance with this Statement-of-Work (SOW). 3.2.The Contractor shall provide all test equipment and materials, including: tools, diagnostic and alignment devices, meters, velocity probes, black light, fluorescent powder, hardware, software, etc., needed to complete the work. 3.3.The designated service location for the requested services are as follows: Bldg. 825-3 Quentin-Roosevelt Blvd. FRCSW “ NAS North Island San Diego, CA 92135-7058 3.4.All materials and supplies related to the requested services are to be shipped via traceable means (i.e. FedEx, UPS, USPS) to the following address: 3.4.1.Bay 11 PMB Hangar Bldg. 467 Read St. FRCSW “ NAS North Island San Diego, CA 92135-7058 3.4.2.Bay 12 PMB Hangar Walk-in Booth Bldg. 468 Read St. FRCSW “ NAS North Island San Diego, CA 92135-7058 3.4.3.Bay 13 PMB Walk-in Booth Bldg. 468 Read St. FRCSW “ NAS North Island San Diego, CA 92135-7058 3.4.4.The Contractor shall notify the DGR when any and all material has shipped and provide the applicable tracking numbers. 3.4.5.The Contractor shall be notified by the DGR when all of the material has been received. 3.5.Services for each bay shall occur once (1X) annually be scheduled and coordinated with the Designated Government Representative (DGR) and shall occur during normal business hours between 6:30 A.M. and 3:00 P.M., Monday through Friday, unless previously coordinated with the DGR. 3.6.Services must be performed no later than December 15, 2015 of the base/option year period in order to maintain compliance with the San Diego APCD. 3.7.No additional repairs, supplies, or services are authorized under this agreement other than those specified within this SOW without written consent from the Government via the Contracting Officer. 3.8.Should the Contractor be confronted with uncertainty related to performance, or have knowledge of a necessity that has not been previously identified within the limitations of this negotiated agreement, the Contractor is instructed to immediately notify the Designated Government Representative (DGR) of a potential disparity in requirements, which may adversely impact the ability of the Contractor to provide requested and/or identified services. 4.Specific Requirements: 4.1.The Contractor shall provide the Government with annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth (i.e. Bldg. 467/8; Bays 11 through 13), to meet regulatory compliance requirements through California (CALIF) O.S.H.A., Regulation #5143 (a) 5 and Regulation #5143 (c) 2. 4.2.Services shall provide basic equipment cleaning, the inspection and/or identification of components for wear, lubrication, adjustment and testing, which is commensurate with maintaining operation and function at the designed and/or engineered parameters, of the OEM. 4.3.The Contractor shall perform annual maintenance and leak-free certification in accordance with the following: 4.3.1.Introducing fluorescent powders into the airwalls and performing visual inspections to ensure that there are no leaks, repeating as necessary. 4.3.2.Air velocity measurements of mechanical ventilation equipment for: 4.3.2.1.Bay 11 “ 106,000 ACFM airflow per Pitot Traverse method, or equivalent. 4.3.2.2.Bay 12 “ 100,000 ACFM airflow per Pitot Traverse method, or equivalent. 4.3.2.3.Bay 13 “ 16,000 ACFM airflow per Pitot Traverse method, or equivalent.. 4.3.3.Maintenance, as necessary identified during testing, shall include minor repairs in order to properly complete the śleak free test ť which should include providing the appropriate fixes to the exhaust systems (i.e. caulking, sealant, duct tape, gaskets, reseating filters) as identified during testing. 4.3.3.1.FRCSW will provide replacement filters if needed as determined during the leak free test. 4.3.3.2.The Contractor shall undertake and complete a confined space entry flood leak test and certification procedure as required. 4.3.3.3.Identified maintenance necessities will include: all preparation costs, adjustment of components, sealing of doors, man-ways, hatches, etc., and a coordinated shutdown of the system prior to testing, and the test itself. 4.3.4.It is duly noted, the dynamics of operating said equipment require due diligence on behalf of FRCSW, and the Contractor cannot guarantee or warranty (either expressed or implied) the equipment will continue to operate mechanically correct or leak-free after the original date of certification 4.4.Supplies and services shall be rendered to the extent necessary (as determined by either inspectional testing and/or disassembly) to ensure a functional asset that will serve its designed/intended purpose. 4.5.Work completion shall be achieved within seventy-two (72) hours following the arrival of the field-service technician. 5.Deliverables: 5.1.A Certificate of Completion (COC) shall function as the Government ™s inspection and acceptance (I/A) document. Upon completion of services: 5.1.1.The Contractor shall provide the DGR with a COC. 5.1.2.The DGR shall review, sign, and provide a signed copy of the COC to the Contractor prior to departing NAS North Island. 5.2.Provide the DGR a Field Service Report(s) (FSR). 5.2.1.The report shall include the name of the technician(s) who performed the services, the date(s) the services were provided, model and serial numbers of all the equipment serviced, replaced and/or installed, a detailed report of the work performed. Any discrepancies should be noted along with a list of parts and/or services suggested to return, or keep the equipment fully operational. 5.2.2.One report may be collective of all bays serviced and inspected however the report shall identify the services performed and the inspection results of each bay, identified by permit numbers, in individual subsections. 5.2.3.The report must identify specifically the inspection methods (i.e. black-light inspection via fluorescent or phosphorescent powder, ventilation rate inspection via pitot traverse or equivalent method, etc) 5.2.4.The report must specifically state that the results of the test, and that they comply with the APCD PTO ™s (or ATC ™s). 5.2.5.The report must also contain any other APCD required information. 5.2.6.An electronic copy of the FSR shall be provided to the DGR via email within seven (7) days of completing service. 6.Special Requirements: 6.1.Base Access: 6.1.1.The Contractor shall provide the DGR with a completed copy of the SECNAV Form 5512/1 requiring the full name (first, middle, and last), date of birth, place of birth, citizenship, full Social Security Number, etc. of each person requiring base access in ordered to facilitate the vetting process required at least ten business (10) days in advance of the scheduled site visit. 6.1.2.Upon arrival, all personnel will be required to check-in at the Visitor Control Center (Bldg.680), which is located near the Main Gate to Naval Base Coronado (NBC), NAS North Island, San Diego, CA. Following receipt of a clearance, personnel will then be required to coordinate with the DGR and obtain visitor badges through the FRCSW Quarterdeck, located in Building 94. 6.2.Point of Contacts (POC): 6.2.1.DGR “ Patrick Runk; 6.2.2.Technical Point(s) of Contact (TPOC) “ Charlie Miller; Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the leak free testing and certification via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. End Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to kimberly.rieder@navy.mil and jose.l.gomez1@navy.mil received no later than COB 5:00PM (PST) on September 30, 2015. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-1 is replaced in its entirety by this addendum: FAR 52.212-1 Instructions to Quoters ”Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) śRemit to ť address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212 3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender ™s request and expense, unless they are destroyed during testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions. (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of purchase order. Quotations should contain the quoter ™s best technical and price terms. The Contracting Officer may reject any or all quotations. While the Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation, unless the acquisition is otherwise identified as a best-value or greatest value acquisition, the Contracting Officer will award the purchase order to that technically acceptable, lowest-priced quoter that complies with solicitation terms and conditions and is otherwise determined responsible. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government ™s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government ™s choice and will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L ™Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111 5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation śDUNS ť or śDUNS+4 ť followed by the DUNS or DUNS+4 number that identifies the quoter ™s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet athttp://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. FAR 52.212-2 Evaluation of Commercial Items; The Government intends to award a Firm Fixed Price single award contract resulting from this solicitation on a technically acceptable, lowest price basis to responsible quoter whose offer conforming to the solicitation are evaluated and determined technically acceptable to the Government. The following factors shall be used to evaluate a quoters proposal: Technical Capability; Past Performance; Price; (A) Technical Capability: The technical capability of a vendor will be evaluated on the vendor ™s ability to provide annual maintenance services to establish a leak-free status and certification to meet regulatory compliance requirements as specified under the scope of work. For a contractor ™s proposal to be determined technically acceptable, the contractor must furnish the following data: Technical data: Technical data shall be submitted in accordance with FAR 52.212-1(a)(4). Service literature and technical data/narrative shall be submitted that clearly and sufficiently demonstrates to the Government that the Contractor has knowledge of the referenced equipment, is capable of performing all work in compliance with the Original Equipment Manufacturer ™s technical specifications, is knowledgeable of and can meet all applicable federal and state laws and regulation, and has the training to evaluate, certify, and maintain the specified equipment. The service literature and technical data/narrative shall be no longer than three (3) pages. (B) Past Performance: Quoters shall provide Past Performance data on your companies ™ three most recently completed Federal Government or commercial contracts where the same type or similar services have been performed as identified under this solicitation. Data submitted shall not have exceeded (3) years since completion for same or similar services required by this solicitation. See below for the Past Performance Information data sheet This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. Past performance information submitted will be used to make a determination of whether the quoter has a satisfactory record of past performance. Quoters should, therefore, provide performance history and references to demonstrate capability and performance. (C) Pricing: Contractors shall provide the following pricing information: The Contractor shall provide calculated itemized pricing for the annual maintenance services specified in this request for quote to include all material costs, labor costs, and transportation charges to San Diego, CA 92135, and a total cost. The contractor shall provide any published/commercial price/labor rate listings. The itemized cost will be used for evaluation purposes only. RATINGS: (A) Technical capability factors shall be rated as śAcceptable ť or śUnacceptable ť. (1) Quoters that comply with the solicitation requirements of submitting all requested Technical Capability Data as outlined under (A) shall have their Technical Data evaluated by the Government. Upon a satisfactory technical review by the Government the technical data/proposal will be rated as Acceptable and their Past Performance will be evaluated. (2) Quoters that do not submit a complete Technical Data packages as required by the solicitation will be rated as Unsuccessful and may not be evaluated any further. (B) Past Performance factors shall be rated as śACCEPTABLE ť, śUNACCEPTABLE ť or śNEUTRAL ť Past Performance ratings are as followed: Acceptable:Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service.. Unacceptable:Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and inadequate equipment Neutral: No relevant past performance data available for evaluation. The Government will not make award to a proposal that the Government evaluates as Unacceptable on Past Performance. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral. The Government will give an Acceptable Past Performance rating to proposals where the quoter has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. The Government will give a Neutral Past Performance rating to quoters that lack a record of relevant Past Performance or for whom information on Past Performance is not available. In accordance with FAR 15.305 (a)(2), the Government will not evaluate such quoters favorably or unfavorably on Past Performance. Quoters are reminded, however, that a proposal that receives a Neutral on Past Performance may not represent the most advantageous proposal to the Government and, thus, may be an unsuccessful proposal. Accordingly, the Contracting Officer reserves the right to determine that a higher-priced proposal with an Acceptable rating on Past Performance may be more advantageous to the Government than a lower-priced proposal with a Neutr
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0330/listing.html)
 
Record
SN03904093-W 20150927/150925235320-fd733831274cf58fbb8f636a8d32947e (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.