Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

54 -- Marine Hose Brow

Notice Date
8/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal 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
N0024418Q0294
 
Response Due
8/28/2018
 
Archive Date
10/31/2018
 
Point of Contact
EDUARDO ALFARO 619-556-6619
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR Part 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation is issued as a Request for Proposals (RFP). This combined synopsis/solicitation shall be posted on Navy E-commerce Online (NECO) at http://www.neco.navy.mil and Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov/. The RFP/solicitation number is N00244-18-Q-0294. This RFP/solicitation document incorporates provisions and clauses in effect through FAR: FAC 2005-99, Effective 16 Jul 2018 and DFARS: Updated 20180629, Effective 29 Jun 2018. 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 the following addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The applicable NAICS code is 332312 and the Small Business Standard is 500 employees. The proposed contract action is will be competed as Small Business Set-aside. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) requests responses from qualified sources capable of fulfilling the requirement based on the provided Statement of Work (SOW) and drawing. The SOW and drawing are uploaded along with this notice. It is the Contractor s responsibility to obtain and review all documents associated with this RFP/solicitation. Proposals that do not include sufficient information, data, and complete responses as prescribed in this notice may be determined unacceptable and may not be considered for award. Submission of a proposal represents that the required items adhere to all factors listed in this RFP/solicitation. The Government anticipates awarding a firm-fixed price (FFP) contract. List of Contract Line Item Number(s)/CLIN STRUCTURE: CLINDescriptionUnit of IssueQty.Unit Price (U.P.) 0001Marine Hose Brow Each1 0002Brow Technical DrawingsEach1 0003ShippingEach1 Delivery and Acceptance: Contractor shall provide shipping of Marine Hose Brow with coordination through NAVSUP FLCSD FUEL FARM in accordance with the SOW. Invoicing/Payment Method: Payment shall be made electronically via Government Purchase Card. Card holder information will be provided upon contract award. Contract Administration: Post-award contract administration will be performed by NAVSUP FLCSD. The following FAR provisions are applicable to this acquisition: 52.212-1 Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your offer. Submission of proposal represents the item adheres to all factors listed in this solicitation. FAR 52.212-2 Evaluation of Commercial Items The Government will award a Firm Fixed Price (FFP) contract resulting from this solicitation. Award will be made to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors and subfactors will be used to evaluate quotes based on technically acceptable lowest quote. Quotes will be evaluated first under Factor 1 Technical Capability, which represents the MINIMUM acceptable criteria. Under this factor, products quoted will be determined to be either technically acceptable or unacceptable . Failure to meet the minimum criteria for this factor will render the quote to be technically unacceptable and not be considered for award. Only those quotes which meet the minimum requirements established by Factor 1 Technical Capability will be further evaluated. The following ratings will be used to evaluate Factor 1 Technical Capability: Factor I: TECHNICAL CAPABILITY Sub-factor I: Technical Approach The offeror shall submit technical literature (in accordance with FAR 52.212-1(a)(4)) related to the offeror s current capability to fulfill requirement identified in the Statement of Work (SOW). The supporting technical literature should not exceed 5 pages. The furnishing of supporting documentation will be used by the Government to evaluate the proposal and to determine an offeror s capability of accomplishing the overall project. The technical literature shall demonstrate in sufficient detail that the proposed items meet or exceed the salient characteristics prescribed in the PWS. Sub-factor II: Delivery The Government s requirement shall be accomplished and delivered no later than 31 December 2018. A statement shall be made by the offeror in writing confirming their ability to comply with the required delivery date. All transportation charges are to be included in the proposal. Offers that take exception to this delivery timeframe or fail to confirm in writing may be determined ineligible for award. Table 1 - Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal meets the minimum requirements of the solicitation. UnacceptableProposal does not meet the minimum requirements of the solicitation. Only those Offers that meet the minimum requirements established by Factor (I) will be further evaluated under Factors (II). Any unacceptable rating will render an offer disqualified and be dropped from further competition. Only those offerors which meet the minimum requirements established by Factor 1 Technical Capability will be further evaluated under Factor 2 Price. Factor II: PRICE Pricing shall be provided for each CLIN listed herein and a total cost for the entire effort as outlined in this solicitation. Failure to provide this information may render the proposal unacceptable and not considered for award. The Government intends to evaluate the offers and award a FFP contract using Lowest Price Technically Acceptable (LPTA) procedures without discussions. However, the Government reserves the right to hold discussions if deemed necessary. Each initial offer should therefore contain the offer s most accurate terms from both a technical and pricing standpoint. Proposals must be good for no less than 60 calendar days after close of solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Applicable contract terms and conditions contained within FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (DEVIATION 2013-O0019) and are hereby incorporated by reference. The following FAR provisions and clauses are applicable to this procurement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Affirmative Action for Workers with Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-36 Payment by Third Party (May 2014) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR provisions: http://farsite.hill.af.mil/vffara.htm DFAR provisions: http://farsite.hill.af.mil/vffara.htm (End of Provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://farsite.hill.af.mil/vffara.htm DFARS Clauses: http://farsite.hill.af.mil/vfdfara.htm (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of(DEVIATION) after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of provision) 52.252-6 Authorized deviations in clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Clause) The following DFARS clauses are applicable to this procurement (all clauses shall be incorporated by reference in the order provided below): 252.203-7000 Requirements Relating to Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employee of Whistleblower Rights (Sep 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation (May 2016) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) The following Local clauses are applicable to this procurement: 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. 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. (End of Local Provisions) 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. SUBMISSION REQUIREMENTS This announcement will close at 2:00 PM on 28 Aug 2018. All proposals shall be submitted directly to the Contract Specialist, Eddie Alfaro, via electronic mail to eduardo.v.alfaro@navy.mil Only written proposals shall be accepted in response to this notice. All proposals shall contain the applicable requested information specified herein. Offerors are responsible for submitting offers and any modification, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified herein. All responsible sources may submit a proposal which shall be considered by the agency. Oral communications are not acceptable. Any proposals that are submitted in any other fashion or after the prescribed deadline may be deemed unacceptable and may not be considered for award. Any and all questions shall be submitted directly to the Contract Specialist, Eddie Alfaro, via electronic mail to eduardo.v.alfaro@navy.mil at or before 2:00 PM on 23 Aug 2018. Questions received after this date and time may not receive a response. Responses on questions received will be made public via an amendment on NECO/FedBizOpps at or before 5:00 PM on 24 Aug 2018. Submission of Proposal Data: Proposal data shall be submitted as follows: Volume I: Technical Capability (not to exceed 5 pages): no pricing data shall be included in the technical literature; written statement (on compliance with the meeting required delivery timeframe and FOB terms) Volume II: Pricing Data (as specified under the evaluation clause (FAR 52.212-2 Evaluation of Commercial Items)) A prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Registration is free and can be completed online at https://www.sam.gov/. If the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed in making award to the next otherwise successfully registered offeror. In addition, provide acknowledgement of any solicitation amendments. All proposals shall include price(s), F.O.B. point, a point of contact (POC) (including name, e-mail, and phone number), GSA contract number (if applicable), and business size and size standard. Proposals over 100 pages in total will not be accepted. This page limit is only applicable to the technical evaluation portion which consists of Volumes I through II. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0294/listing.html)
 
Place of Performance
Address: Naval Base Point Loma, San Diego, CA
Zip Code: 92106
 
Record
SN05047282-W 20180823/180821230949-cf35bddb57fe07d1258dcc1066a7050c (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.