Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

L -- Space and Naval Warfare Systems Center, Production Fabrication Support Services

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-R-0144
 
Response Due
5/31/2017
 
Archive Date
6/30/2017
 
Point of Contact
Point of Contact - David Roden, Contract Specialist, 619-553-2087; Jacob Ward, Contracting Officer, 619-553-9046
 
E-Mail Address
Contract Specialist
(david.roden@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is to provide on-site support of Space and Naval Warfare Systems Center Pacific's (SSC Pacific's) Machine Shop for Code 52280, ISR EM Systems Technology Competency. The contractor shall provide tooling, jig and fixture, prototype, and production parts fabrication services. The fabrication services are for items machined from Government generated technical drawings. The items to be produced are varied and undefined, but the function of the contractor is to produce items within the tolerances specified in the technical drawings and specifications. This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive offers are being requested under (RFQ) # N66001-17-R-0144. The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, with a size standard of $38.5 Million dollars. This is a Total Small Business Set-Aside. Any offer that is submitted by an offeror that is not a Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, Offers must provide all of the items and quantities listed below. The Government will not consider offers for partial items or quantities. Anticipated Contract Line Items are provided in Attachment 3, Price Volume. The Government anticipates this effort to be a Firm Fixed Price Level-of-Effort (FFP-LOE) type single award contract for a 12-month base period with four 12-month options. Offer Instructions: The Government may consider offers that fail to follow instructions to be unacceptable and ineligible for award. In order to compete for the contract described in this synopsis/solicitation, follow the instructions outlined below (i.e. items 1 through 8). Incomplete submissions may not be considered. Offers shall: 1. Include a separate Technical Volume (pages numbered) in PDF format that excludes prices and pricing information; 2. Include a separate Price Volume (in Ms Excel format) that includes pricing for each Contract Line Item Number (CLIN) in US Dollars ($). 3. Provide the Offeror name, address, Data Universal Numbering System (DUNS) number, Contractor and Cage Entity (CAGE) code, business size and type of small business, Tax Identification Number (TIN), and telephone and e-mail address of an Offeror point of contact. Include teaming arrangement details (if applicable). 4. Complete all Fill-In Clauses: Provide all representations, certifications and fill-ins required by the solicitation for inclusion in any resulting contract. Vendors must be registered in the System for Award Management (SAM) to be eligible for award; Offers received without the completed copy of the provision at FAR 52.212-3 ALT I or completed SAM representation may be considered non-compliant. 5. Terms and Conditions: Offerors must include a statement that it either (a) agrees to the terms and conditions of this solicitation (which consists of the entire RFQ, including all documents, exhibits, and other attachments that are incorporated therein by reference and made a part thereof) and any solicitation amendments; or (b) takes exceptions to any terms or conditions of the solicitation, and clearly identifies those exceptions. Exceptions to any of the terms and conditions of this RFQ may be considered by the Government to be unacceptable. 6. Specify quote validity period of no less than 180 days. 7. Stay within the page limitations indicated below for each Volume; and 8. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. The Technical Volume shall address Factor I as follows: Factor I. Required Personnel Experience Offerors shall include resumes (not to exceed 2 pages per resume) for each of the individuals proposed in the following labor categories: Sr. Machinist Journeyman Machinist Sr. Sheet Metal Mechanic The Price Volume shall address Factors II as follows: Factor II. Price Offerors shall provide an hourly Unit Price and an Extended Price for each Contract Line Item Number (CLIN) and a total Firm-Fixed-Price for all line items provided in Attachment 3, Price Volume. Offerors must ensure all blanks are completed and mathematical calculations are accurate for all CLIN(s) 0001-4005. Evaluation Factors for Award: 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 Government anticipates awarding a FFP-LOE contract. Factor I. Required Personnel Experience Offerors will be considered "Acceptable" if the submitted resumes demonstrate: 6 years of experience relevant to the SOW for the proposed Sr. Machinist; 4 years of experience relevant to the SOW for the proposed Journeyman Machinist; and 6 years of experience relevant to the SOW for the proposed Sr. Sheet Metal Mechanic. Note: Any offeror rated as "Unacceptable" under Factor I may be determined to be ineligible for contract award. Factor II. Price The offer will be evaluated based on the total firm-fixed-price. The Government will evaluate the total price to determine if it is fair and reasonable. Basis For Award: This procurement will use the Lowest Price Technically Acceptable (LPTA) source selection methodology. Questions Questions regarding this solicitation are to be submitted to SSC Pacific code 22710 via e mail to David Roden (david.roden@navy.mil) or the ECommerce Central Question Feature. Please use reference No. N6600117R0144. All questions regarding this solicitation must be received before 22 May 2017 at 11:00 AM, Pacific Time. Proposal Submission This solicitation closes on 31 May 2017 at 11:00 AM, Pacific Time. Offers must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-17-R- 0144. E-mail offers will not be accepted. DO NOT email offers. Submissions received after the solicitation close date and time will not be accepted by the Government. For e-Commerce technical issues, please contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil and e-mail the points of contact below before the close date and time of the solicitation. The points of contact for this solicitation are David Roden at david.roden@navy.mil and Jacob Ward at jacob.ward@navy.mil. Please include RFQ# N66001-17-R-00144 on all inquiries. Questions may be addressed afterward at the discretion of the Government. No telephone questions will be entertained. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code. Combined Synopsis/Solicitation Attachments are as follows: Attachment 1: Performance Work Statement (PWS) Attachment 2: Contract Data Requirements List (CDRL) Attachment 3: Price Volume This solicitation document incorporates standard commercial provisions and clauses for requirements in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. Additional contract clauses may apply in the Terms and Conditions of the award and contractually binding at the time of award. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. In accordance with 52.252-1, Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-16, Commercial and Government Entity Code Reporting; 52.209-7, Information Regarding Responsibility Matters; 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items; 52.217-5, Evaluation of Options; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.222-7007, Representation Regarding Combating Trafficking in Persons; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.203-7994 (DEVIATION 2017-O0001), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation (DEVIATION 2017- O0001) FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this solicitation and includes: 52.203-6 and Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain ServicesRequirements; 52.222-54, Employment Eligibility Verification 52.222-60, Paycheck Transparency (Executive Order 13673) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds TransferSystem for Award Management. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-3, Gratuities; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.217-9, Option to Extend Services; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7995 (DEVIATION 2017-O0001), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001) 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.225-7012, Preference for Certain Domestic Commodities; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical DataCommercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 5252.201-9201, Designation of Contracting Officer's Representative; 5252.204-9202, Contractor Badge; 5252.209-9206, Employment of Navy Personnel Restricted; 5252.216-9210, Type of Contract; 5252.237-9602, Contractor Identification; and 5252.243-9600, Authorized Changes only by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb3cbe41f5c5d62e5a92a41cfe13d81a)
 
Record
SN04505322-W 20170513/170511235845-fb3cbe41f5c5d62e5a92a41cfe13d81a (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.