Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2024 SAM #8170
SOLICITATION NOTICE

84 -- Full User Evaluation Quantities of Naval Security Forces Tactical Vest: Maritime and Law Enforcement Variants

Notice Date
4/8/2024 8:13:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-24-T-FN01
 
Response Due
4/9/2024 2:00:00 PM
 
Archive Date
04/24/2024
 
Point of Contact
Frances J. Negr�n, Phone: 8508904143, Courtney Henslee, Phone: 8508966847
 
E-Mail Address
frances.j.negron.civ@us.navy.mil, courtney.i.henslee.civ@us.navy.mil
(frances.j.negron.civ@us.navy.mil, courtney.i.henslee.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation. NSWC PCD intends to award one or more orders for the Naval Security Forces Tactical Vest - Maritime and Law Enforcement (NTV-M and NTV-L) variants, Full Use Evaluation (NTV-FUE) as follows:� *Specifications and Drawings will be provided upon email request* *The Draft PD is attached and will be finalized prior to award. The list of changes will be provided upon email request* This requirement is a Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 315990 with a small busines size standard of 600 employees. *Adding questions posed by industry with answers* 1. The carrier / armor system includes a layer of foam as part of the floatation capability (�removable buoyance compensator�).� Can the armor be tested in FAT and LAT with that foam?� Section 4.5 says that testing will be done without this layer.� �Answer: Per the NTV Purchase Description paragraph 4.5 �Ballistic Performance Verification�, all testing will be conducted without buoyancy compensator panels. 2. Will the Government consider an armor system that meets the NIJ 0101.06 requirements (independent test data provided) but is not officially certified?� The NIJ stopped accepting certification applications some time ago because of their transition to NIJ 0101.07.� �Answer: NIJ certification is required. NIJ STD 0101.06 Type IIIA or 0101.07 Type HG2 are both acceptable. 3. The shot pattern calls out the first shot to be anywhere from 2.5 � 3 inches (depending on size) from an edge.� Is the intent to shoot in a corner (close to 2 edges) or in the panel center near one edge?� NIJ 0101.06 describes the first shot as being at the top center 3 � 3.75 inches from the edge.� �Answer: Shot spacing will comply with guidance outlined in NTV Purchase Description, paragraph 4.5.2 (k). -------------------------------------------------------------------------------------------------------------------- Section B - Supplies and or Services and prices/cost Item� � � � � � � � � � � � � � � � � �Base /Option� � CLIN� � � � � �Quantity� � � Est. Unit Cost� � Total� � Date Due NTV-M, Size Small� � � � � � � � �Base� � � � � � 0001� � � � � � � � �17� � � � � � � � � � � � � � � � � � � � � � � � � � � � �60 DAC NTV-M, Size Medium� � � � � � �Base� � � � � � 0002� � � � � � � � �31� � � � � � � � � � � � � � � � � � � � � � � � � � � � �60 DAC NTV-M, Size Large� � � � � � � � Base� � � � � � �0003� � � � � � � � �29� � � � � � � � � � � � � � � � � � � � � � � � � � � � �60 DAC NTV-M, Size Extra Large� � � �Base� � � � � � 0004� � � � � � � � �12� � � � � � � � � � � � � � � � � � � � � � � � � � � � �60 DAC NTV-L, Size Small� � � � � � � � � Base� � � � � � 0005� � � � � � � � �73� � � � � � � � � � � � � � � � � � � � � � � � � � � � �60 DAC NTV-L, Size Medium� � � � � � � Base� � � � � � 0006� � � � � � � � 148� � � � � � � � � � � � � � � � � � � � � � � � � � � � 60 DAC NTV-L, Size Large� � � � � � � � �Base� � � � � � �0007� � � � � � � � 136� � � � � � � � � � � � � � � � � � � � � � � � � � � � 60 DAC NTV-L, Size Extra Large� � � � Base� � � � � � �0008� � � � � � � � �45� � � � � � � � � � � � � � � � � � � � � � � � � � � � 60 DAC NTV LAT V50 Shoot Packs� � Base� � � � � � �0009� � � � � � � � � �6� � � � � � � � � � � � � � � � � � � � � � � � � � � � 60 DAC ��� � �� �FUE� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �491 �� ��� ��� �� ��� � �� �LAT� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 6 �� � �� � �� �� ��� � �� �TOTAL� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �497 �� � �� � �� �� � Section C - Statement of Work (See Attached) Section D � Packaging and Markings D-247-H005 MARKING AND PACKING LIST(S) � ALTERNATE I (NAVSEA) (OCT 2018) Section F - Deliveries or performance 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-15 Certificate of Conformance APR 1984 52.246-16 Responsibility For Supplies� APR 1984 52.247-34�� ����������������������FOB Destination Section G � Contract Administration Data 252.204-7006� � � �Billing Instructions 252.232-7003� � � Electronic Submission of Payment Requests and Receiving Reports 252.232-7006�����WAWF Instructions Section I � Contract Clauses 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.211-14 Notice of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.211-14 Notice of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) 52.212-4 Contract Terms and Conditions -- Commercial Items (Dec 2022) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Dec 2022) 52.222-50 Combatting Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)� 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 52.243-1 Changes Fixed-Price (Aug 1987) 52.245-1 Government Property (Sep 2021) 52.246-2 Inspection of Supplies-Fixed-Price. 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) 252.204-7003 Control of Government Work Product (Apr 1992) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan 2023) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (Jan 2023) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Jan 2023) 252.211-7007 Reporting of Government-Furnished Property (Mar 2022) 252.213-7000 Notice to Prospective Suppliers on Use of SPRS (Sep 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2023) 252.223-7004 Drug Free Work Force (Sep 1988) 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jan 2023) 252.225-7048 Export Controlled Items (Jun 2013) 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (Jan 2023) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Jan 2023) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023) 252.243-7002 Requests for Equitable Adjustment (Dec 2022) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Jan 2023) 252.245-7002 Reporting Loss of Government Property (Jan 2021) 252.245-7003 Contractor Property Management System Administration (Apr 2012) 252.245-7004 Reporting, Reutilization, and Disposal (Dec 2017) 252.246-7003 Notification of Potential Safety Issues (Jan 2023) 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (Jan 2023) 252.246-7008 Sources of Electronic Parts (Jan 2023) Section J � List of Documents, Exhibits and Other Attachments ATTACHMENTS DOCUMENT� � � � DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �PAGES� � � � � � � � � � � � � DATE Attachment J-1� Purchase Description, Body Armor, NTV NQ/PD 23-01 Rev B� �94� � � � � � � �29 Nov 2023 Attachment J-2� NTV Quality Assurance Letter of Instruction (QALI)� � � � � � � � � � 3� � � � � � � � � � � N/A Attachment J-3� Performance Work Statement� � � � � � � � � � � � � � � � � � � � � � � � � � 12� � � � � � � � � � � N/A Exhibit A� � � � � � �Contract Data Requirements List� � � � � � � � � � � � � � � � � � � � � � � � 8� � � � � � � � 22 Aug 2023 Section K � Representations, Certifications, and Other Statements of Offerors 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services�Representation (Oct 2020) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (Dec 2022) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation (Dec 2016) 52.229-11 Tax on Certain Foreign Procurements--Notice and Representation (Jun 2020) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) ����������������� � 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) ������������ � 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation (May 2021) �������������������������������������������������������������������������������������� � 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) �������������������������������������������������������������������������������������������� � 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Certification (Dec 2022) Section L � Instructions, Conditions, and Notices to Bidders 52.212-1����� INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition- (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered 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) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror 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 offer 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. 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 preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, 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 offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptabl evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers 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 offers 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. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (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/). (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) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).)� The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (7) Offeror�s shall provide their respective DCMA office and point of contact. (End of provision) ADDITIONAL INSTRUCTIONS, CONDITIONS NOTIFICATION OF POTENTIAL ORGANIZATIONAL CONFLICT(S) OF INTEREST (NAVSEA) (JUN 1994) (a)� Offerors are reminded that certain existing contractual arrangements may preclude, restrict or limit participation, in whole or in part, as either a subcontractor or as a prime contractor under this competitive procurement.� Of primary concern are those contractual arrangements in which the Offeror provides support to NSWC PCD or related laboratories (if applicable), in support of operation of the office or any of its programs.� General guidance may be found in FAR 9.505; however, this guidance is not all inclusive.� The Offeror's attention is directed to the ""Organizational Conflict of Interest"" (or similar) requirement which may be contained in current or completed contract(s) which prohibits the prime or subcontractor from providing certain supplies or services to the Government as described above during the period of the current ""support"" contract(s) or for a period after completion of the ""support"" contract(s).� Notwithstanding the existence or non-existence of an Organizational Conflict of Interest (OCI) clause or similar requirement in current or completed contract(s), the offeror shall comply with FAR 9.5 and identify whether an OCI exists and not rely solely on the presence of an OCI requirement. (b)� If a potential conflict of interest exists at any tier, each potential prime offeror is requested to notify the Contracting Officer within 7 days of the date of this solicitation.� The Offeror shall provide:� (1)� the contract number and name and phone number of the Contracting Officer for the contract which gives rise to a potential organizational conflict of interest; (2) a copy of the requirement; (3) the statement of work (or technical instruction) from the existing contract; (4) a brief description of the type of work to be performed by each subcontractor under the competitive procurement; and (5) any additional information the Contracting Officer should consider in making a determination of whether a conflict of interest exists.� The Government may independently verify the information received from the offeror.� Notwithstanding the above, the Government reserves the right to determine whether a conflict of interest exists based on any information received from any source. (c)� The Government will notify an offeror of any conflict of interest within 14 days of receipt of all required information.� Those offerors deemed to have a conflict of interest may be ineligible for award.� Failure to provide the information in a timely manner does not waive the Government's rights to make a conflict of interest determination.� The offeror is notified that if it expends time and money on proposal preparation, such expenditure is at its own risk that the Government will not determine that an organizational conflict of interest exists. (d) Any potential prime contractor which proposes a subcontractor later determined to have a conflict of interest and deemed ineligible to participate in the current competition, may not be granted the opportunity to revise its proposal to remove the ineligible subcontractor.� The Government reserves the right to determine which offerors remain in the competitive range through the normal source selection process. (e)� If the offeror determines that a potential organizational conflict of interest does not exist at any tier, the offeror shall include a statement to that effect in its response to this solicitation. 1.0 GENERAL 1.1 It is the Offeror's responsibility to bring to the attention of the Contracting Officer at the earliest possible time, but prior to the closing date, any ambiguities, discrepancies, inconsistencies, or conflicts between the Statement of Work (SOW) and other solicitation documents attached hereto or incorporated by reference. The Government intends to award a Firm-Fixed Price contract.� Once award is made, the Government will issue the delivery order. 1.2 Requests for all Government Furnished Information (GFI) (to include pattern files required for Factor 1-Section J-Attachment J-4) shall be submitted to Frances J. Negr�n, via e-mail at Frances.j.negron.civ@us.navy.mil. The request shall include the name of the interested offeror, CAGE Code, and email addresses to send the GFI. All requests shall be submitted no later than fifteen calendar days after issuance of the solicitation. Requests submitted after fifteen calendar days will be honored but material may not be received prior to the solicitation closing date. Further, late requests provided may not result in an extension of the solicitation closing date and time. 1.3 All questions should be submitted via e-mail within 15 calendar days after issuance of this solicitation to the cognizant contract specialist, Frances J. Negr�n at Frances.j.negron.civ@us.navy.mil and carbon copy (cc)� to courtney.i.henslee.civ@us.navy.mil.� Please submit all inquiries to both email addresses. Questions submitted after 15 calendar days of the solicitation issuance may or may not be answered prior to the closing date. Further, responses to questions submitted 15 days after solicitation issuance may not result in an extension of the solicitation closing date and time. Offeror�s questions that are answered will be addressed in subsequent amendments to the solicitation and will be posted to the Federal Business Opportunities Web page (FedBizOpps) at https://www.fbo.gov. Although every effort will be made, the Government makes no guarantee that all questions received within the allotted timeframe will be answered. 1.4 Award(s) will be made under this solicitation based on a best value source selection process. Proposals shall be emailed to Frances.j.negron.civ@us.navy.mil� by the time and date specified on SAM.gov. Offerors must comply with the detailed instructions for the format and content of the proposal; proposals that do not comply with the detailed instructions for the format and content of the proposal may be considered unacceptable and may render the Offeror ineligible for award. 1.5 Each Offeror shall submit its proposals in its entirety by email. No hard copies will be accepted.� 1.6 The Subject Line of the e-mail shall state the following: N61331-24-T-FN01, CONTRACTOR NAME, VOLUME #. 1.7 E-mails shall not exceed 5 MB. Each individual volume of the proposal may be sent separately in an individual email. Each individual volume of the Proposal shall stand on its own as complete and inclusive and shall contain all pertinent information in sufficient detail to permit evaluation of the particular area of interest. All Volumes shall be unclassified.� It is the offeror�s responsibility to ascertain that the email(s) containing the proposal has been received by the Contract Specialist identified above prior to the closing time/date. 1.8 It is recommended that if any sensitive or controlled unclassified information is submitted, the information should be encrypted. The encryption password shall be sent in a separate email priorto the closing date and time. Microsoft Office (2003 or later) compatible files are required. All filenames shall include the Offeror's company name and title/subject of file content; all files shall be named with the file extension .doc, .xls, .ppt, or .pdf. 1.9 Each proposal must be sufficiently complete to demonstrate the manner in which it is proposed to comply with the applicable requirements of the solicitation. Brochuremanship is not desired; clarity and completeness are essential. Elaborate art work or expensive visual aids are neither necessary nor wanted. PROPOSAL FORMAT: 2.1 All Offerors shall submit their proposals in accordance with the format and content specified. Proposals that do not comply with the format and content specifications may be considered unacceptable and may render the offeror ineligible for award. 2.2 Page Limitations: The Table below identifies page limitations for each volume of the proposal. Any pages submitted in excess of the page limitations will not be reviewed or evaluated. When both sides of a sheet display printed material, it shall be counted as two pages. Graphs, charts, and tables are included in the page count. Volume Contents Page Limit I Legal Offer ����������������������������������������������������������������������������������������������������������� No Page Limit II Non-Price Proposal: Evaluation Factors 1 and 2. ���������������������������������������������������� Limited to 20 Pages 2.2.1 The following are not included in the page limitations: a. Title/Cover pages b. Tables of contents c. Glossaries of abbreviations and acronyms d. Proposal Cross-Reference Tables e. Past Performance References f. Test data and results (includes test reports) 2.2.2 All documents that are excluded from the page count limitation may be included as appendixes. 2.2.3 The electronic proposal shall meet the following format requirements: a. Disclaimer - Instructions regarding use of certain electronic products (i.e., Microsoft Office Products, A...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37ee4871aac947928ffe1045b6400a0f/view)
 
Place of Performance
Address: Panama City Beach, FL, USA
Country: USA
 
Record
SN07023535-F 20240410/240408230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.