Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

70 -- Purchase of Welding Simulation Software - Solicitation N39040-16-T-0221

Notice Date
8/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-16-T-0221
 
Archive Date
10/31/2017
 
Point of Contact
Emily Bateman, Phone: 2074386819
 
E-Mail Address
emily.bateman@navy.mil
(emily.bateman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
16-T-0221 Request for Quote 16-T-0221 Combined Synopsis This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and 13.5, using Simplified Acquisition Procedures, 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 FEDBIZOPPS. The RFQ number is N39040-16-T-0221. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 2016-0802. 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: http://farsite.hill.af.mil/vffara.htm and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 511210 and the Small Business Standard is $38.5 million. This is an UNRESTRICTED solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Welding Simulation Software, in accordance with the Specifications. Period of performance is Delivery by 30 April 2017, with two option years for maintenance through 30 April 2019; Place of Performance is Portsmouth Naval Shipyard, Kittery, ME. CLIN 0001 Purchase and delivery of welding simulation software and license, to simulate and improve welding fabrication, in accordance with the Specifications. CLIN 1001 Year 1 of support and maintenance. CLIN 2001 Year 2 of support and maintenance. See attached Request for Quotation sheet for details. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 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 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20, Predecessor of Offeror 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability 52.211-15 Defense Priority and Allocation Requirements 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Item 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 52.215-5 Facsimile Proposals 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representation 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-1 Buy American-Supplies 52.225-3 Buy American -Free Trade Agreements - Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.247-34 F.O.B. - Destination 52.248-1 Value Engineering 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses HQ B-2-0022 Contract Summary for Payment Office (Fixed Price) HQ B-2-0010 Option Note HQ C-2-0023 Exclusion of Mercury HQ D-1-0002 Packaging of Supplies HQ D-2-0006 Marking and Packing List(s) HQ E-1-0003 Inspection and Acceptance of F.O.B. Destination Deliveries HQ F-2-0004 F.O.B. Destination HQ G-2-0009 Supplemental Instructions Regarding Invoicing Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea ADDENDUM TO 52.212-1 I. GENERAL In addition to FAR 52.212-1, "Instructions to Offerors - Commercial Items" and any other instructions contained elsewhere in this solicitation, the following information is provided: Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable. Important Notes: (1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation. (2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing date and time. (3) Responses should be submitted via faxed copy format or email. (4) Please review all specifications carefully, and make note of all lifting and handling requirements, and all base access requirements. II. CONTENT OF QUOTE • A complete and signed Request for Quote sheet (including CAGE Code). • Solicitation pricing pages completed by the vendor. • Acknowledgement of solicitation amendments (if not previously acknowledged). • Technical Submission to include: ₀ Submission of technical information demonstrating compliance with the specifications, including, but not limited to: • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures or the equipment, and technical specifications of the equipment demonstrating compliance with the PWS and specifications. o Each item should be labeled to correspond with the Line Item numbers and items from the specifications. • The details of any/all exceptions taken to the specification. The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The quotation shall consist of: (1) Technical Acceptability, (2) Past Performance, and (3) Price Information. The award will be made to the lowest priced technically acceptable offeror, with acceptable Past Performance. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications and provisions of the solicitation. Vendors are reminded to submit technical description as specified in FAR 52.212-1(b)(4). Quotations will be evaluated as follows: 1. Technical Acceptability 2. Past Performance 3. Price (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation. Unacceptable Submission does not clearly meet the minimum requirements of the solicitation. If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award. (2) PAST PERFORMANCE Past performance is a measure of whether an offeror has satisfied customers in the past. Past Performance will be rated as "Acceptable" or "Unacceptable," focusing on performance that is recent and relevant to the contract requirements. For the purposes of this selection, recent past performance is defined as contracts performed within three years immediately prior to the date of solicitation issuance. Trends showing improving or deteriorating performance will also be considered. The Past Performance evaluation results in an assessment of the offeror's probability of meeting the solicitation requirements. The Past Performance evaluation performed in support of this award process does not establish, create, or change the existing record and history of the offeror's past performance on past contracts; rather, the past performance evaluation process gathers existing information regarding how well the offeror has performed on past contracts. Past Performance information shall be obtained from the Past Performance Information Retrieval System (PPIRS) and will be evaluated in accordance with FAR 9.104-6. Past performance will be evaluated on an "Acceptable/Unacceptable" basis. Any rating of unsatisfactory on past performance elements Quality, Cost Control, Schedule, or Management will render an offeror's overall past performance rating as "Unacceptable," and the proposal will NOT be considered for award. Past Performance Evaluation Ratings Rating Description Acceptable 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 is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to 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 is so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of the acceptable/unacceptable rating, "unknown" past performance shall be considered "acceptable." (3) PRICE The vendor shall submit one (1) signed copy of the completed SF18, and if applicable, executed copy of Amendments. The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for sixty (60) days. Vendors shall include pricing for all line items listed. Failure to do this shall be cause for rejection of the quote for all line items. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Selection: The Government intends to evaluate quotations and issue an award using the procedures of FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The Government shall select the vendor whose quotation is the Lowest Price Technically Acceptable to the Government, considering all evaluation criteria. The Government reserves the right to not issue an award if it is not in the best interest of the Government. This announcement will close at 04:00 PM ET local time on 22 August 2016. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors 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, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 511210, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f06fa6da8e320ea9b2712ccbee7b995)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04213544-W 20160810/160808235025-0f06fa6da8e320ea9b2712ccbee7b995 (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.