Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

J -- Preventive Maintenance service of MGE and APC Uninterruptible Power Supplies (UPS)

Notice Date
1/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
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
N0024418Q0037
 
Response Due
1/26/2018
 
Archive Date
1/31/2018
 
Point of Contact
Angelina L. PinaHardin 619-556-6198
 
E-Mail Address
Contract Specialist
(angelina.pinahardin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS and FAR 13 SIMPLIFIED ACQUISTION PROCEDURES. Supplemented with 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 Federal Business Opportunity (FBO) website at https://www.fbo.gov/ and NECO website (https://www.neco.navy.mil/). The RFQ number is N00244-18-Q-0037. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Publication Notice 20171208. 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 NAICS code is 335912 and the Small Business Standard is 1000 (# of employees). The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The Request for Quote (RFQ) is a Lowest Price Technically Acceptable (LPTA), All or None offer. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: All CLINs are for a Preventive Maintenance service on Tactical Training Group Pacific (TTGP) owned MGE and APC Uninterruptible Power Supplies (UPS) and associated batteries as specified by the Period of Performance CLIN 0001 12 February 2018 to 11 February 2019 CLIN 1001 12 February 2019 to 11 February 2020 CLIN 2001 12 February 2020 to 11 February 2021 PWS ATTACHED The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219.6; 52.219-28; 52.222-3; 52.222-19; 52.222-26; 52.225-13; 52.232-33]. 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services---Requirements 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.239-1 Privacy or Security Safeguards 52.246-25 Limitation of Liability--Services 52.247-30 F.o.b. Origin, Contractor s Facility 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Bidders shall include a completed copy of 52.212-3 and it s ALT I with quotes. 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 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) AWARD BY FULL QUANTITY The offeror must submit a price for all items in this solicitation to be eligible for award. Award will be made to that responsible offeror proposing the lowest total price for all items. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (JUL 2016) Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. ECMRA SUBPART 5237.1-SERVICE CONTRACTS GENERAL 5237.102 Policy (90) DoD contracting activities awarding or administering contracts shall incorporate the following Enterprise-wide Contractor Manpower Reporting Application (ECMRA) standard language into all contracts which include services, provided the organization that is receiving or benefiting from the contracted service is a Department of Defense organization, including reimbursable appropriated funding sources from non-DoD executive agencies where the Defense Component requiring activity is the executive agent for the function performed. The reporting requirement does not apply to situations where a Defense Component is merely a contracting agent for another executive agency. The only contracted services excluded from reporting are construction and utilities. The standard language to be inserted is: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the EOD 1 via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://www.ecmra.mil/Default.aspx. 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://www.ecmra.mil/Default.aspx. FAR 52.212-2, Evaluation: FAR 52.212-2, Evaluation - Commercial Items The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, lowest priced technically acceptable (LPTA), responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: I.Technical (Do Not Include Pricing Info) The Technical Capability Volume will include Technical Approach II.Past Performance III.Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting the acceptability standards for Factor (i) and (ii), the non-price factor. Offerors proposals will be evaluated under Factor (i) and (ii) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the organization as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum requirements required by Factor (i) and (ii) will be further evaluated. For those proposals that are rated acceptable on Factor (i) and (ii), the Government will then evaluate Factor (iii), Price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. TECHNICAL APPROACH, Factor (i), will be assessed by evaluating the vendor s responses to the requirements. Please submit no more than a 5 page Word document, double spaced. The Government s performance work statement (PWS) is attached. Ability to meet the PWS shall be demonstrated by the offeror s submission of a proposal that addresses how they will accomplish the objectives of the PWS. The following factors shall be used to evaluate offers. VOLUME I Technical Approach The Quoter s Technical Capability, which represents the minimum technically acceptable criteria, is listed below: Under Factor I, Technical Approach, the Offeror shall provide: (i)TECHNICAL CAPABILITY a.Technical approach of preventative maintenance section 4 of the PWS. Contractor must be an authorized maintenance provider of the UPS, MGE Galaxy 4000 and APC Symmetra PX s. Serial numbers: 1) QP10-000667 2) PD1432150159 3) ED0522001077 4) PD1607150035 5) PD1432150167 b.Technical approach of corrective maintenance section 5 of the PWS. c.OFFEROR S PROPOSAL SHALL DEMONSTRATE AN APPROACH THAT ENSURES THE BUILDING CRITICAL POWER GRID IS NOT JEOPARDIZED DURING PREVENTATIVE MAINTENANCE PROCEDURES. THE TECHNICAL APPROACH IS NOT TO BE A RESTATEMENT OF THE INFORMATION CONTAINED IN THE PWS. Technical The term technical, as used herein, refers to non-cost factors other than past performance. The purpose of the Technical Capability factor is to assess whether the Offeror s proposal will satisfy the Government s requirements. The Technical Evaluation Team shall evaluate the Offeror s proposal against these requirements to determine whether the proposal is acceptable or unacceptable, using the ratings and descriptions outlined in Table M-1. TABLE M-1 TECHNICAL RATING Overall Rating Description AcceptableProposal meets requirements of the solicitation. UnacceptableProposal does not meet requirements of the solicitation. VOLUME II: PAST PERFORMANCE The Offeror shall list no more than three relevant contracts and/or subcontracts (not limited to Government contracts) within the last five years that demonstrate the ability to handle requirements of the same scope, magnitude and complexity to that which is detailed in the PWS. Relevancy shall be based on the type of tasks performed, and complexity. Include a discussion of how the references provided are relevant to the work being proposed. USE ATTACHED CORPORATE EXPERIENCE and PAST PERFORMANCE INFORMATION FORM Past performance will be rated on an Acceptable or Unacceptable basis using the ratings in Table M-2. TABLE M-2 PAST PERFORMANCERATING Overall RatingDefinition AcceptableBased 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 including Neutral.) UnacceptableBased 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 so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or neutral ) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. VOLUME III: PRICE PROPOSAL Offerors shall provide sufficiently detailed information to ensure a fair and reasonable determination of the proposed offer. Price will be evaluated in accordance with FAR 15.404-1(b). Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications of services being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) as delineated in Performance Work Statement will be further evaluated under Factor (ii). The Government intends to evaluate proposals and award a contract without discussions to lowest price offer that is found acceptable in Factor (i) above. However, the Contracting Officer reserves the right to conduct discussions if it is determined to be necessary before contract award. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY. Factor (i), will be assessed by evaluating technical information submitted in response to this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Criteria to use are conformance with ALL requirements delineated in the Statement of Work (SOW). Offers which are determined to be technically unacceptable may be eliminated from further competition. (c) PRICE. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. This announcement will close at 5:00 pm PST on 26 January 2018. The Contact Specialist Angel PinaHardin can be reached at email Angelina.pinahardin@navy.mil using subject line: RFQ N00244-18-Q-0037 Uninterruptible Power Supplies (UPS) Preventive Maintenance service. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Bidders 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), F.O.B. Destination, a point of contact, name and phone number, GSA contract number if applicable and business size. Each response must clearly indicate the capability of the Bidder to meet all specifications and requirements in accordance with the Performance Work Statement (PWS). ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0037/listing.html)
 
Record
SN04787290-W 20180113/180111230859-f309350dc909d2c122066f1f4cb8f729 (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  © 1994-2020, Loren Data Corp.