Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17, 2000 PSA #2729
SOLICITATIONS

J -- USNS MERCY (T-AH-19) ISOLATION WARD INSTALLATION

Notice Date
November 15, 2000
Contracting Office
Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road, San Diego, CA 92106-3521
ZIP Code
92106-3521
Solicitation Number
N31980-00-R-4283
Response Due
November 27, 2000
Point of Contact
Bea Appling at (619) 553-7678 or fax (619) 553-7774
E-Mail Address
BOB.LINK@MSCWEST.MSC.NAVY.MIL (BEA.APPLING@MSCWEST.MSC.NAVY.MIL)
Description
This is a combined synopsis/solicitation for commercial items prepared, in accordance with the format in FAR 12.603, 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. Solicitation N31980-00-R-4283 applies and is issued as a Request for Proposal (RFP). This solicitation documents and incorporates provisions and clauses those in effect through Federal Acquisition Circular 97-20. The North American Industry Classification System Code is 336611, Ship Building and Repairing. The solicitation unrestricted pursuant to Public Law 100-656, Small Business Demonstration Program. II. PROPOSAL: This requirement is for a FIRM FIXED PRICE CONTRACT CLIN 0001; Quantity 1 Job; Item description: ISOLATION WARD INSTALLATION Provide all labor and material to create an Infectious Disease Isolation Space onboard the USNS MERCY (T-AH-19) as specified in Attachment (1), Work Specifications, and applicable MSC Drawings. Attachment (1) and applicable drawings can be obtained by downloading the information from www.neco.navy.mil or by calling the point of contact stated herein. III. TIME OF DELIVERY Work shall begin o/a 11 Dec 2000, and all work shall be completed by 26 Jan 2001. IV. PLACE OF PERFORMANCE Services will be performed onboard the vessel, which is currently moored at Pier One on the 32nd Street Naval Station, San Diego California. V. CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference: FAR 52.212-1 (OCT 2000) Instructions to Offerors Commercial Items FAR 52.212-4 Contract Terms and Conditions (MAY 1999) Commercial Items FAR 52.242-15 Stop Work Order AUG 1989 FAR 52.242-17 Government Delay of Work (APR 1984) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.212-3 Offeror Representations (OCT 2000) and Certifications -- Commercial Items FAR 52.212-5 Contract Terms And Conditions (AUG 2000) Required To Implement Statutes or Executive Orders Commercial Items. FAR 52.222-21 Prohibition of Segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35 Affirmative Action for Disabled Veterans And Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52-222-36 Affirmative Action for Workers with Disabilities (29 U.S.C 793) FAR 52-222-37 Employment Reports on Disabled Veterans And Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52-232-33 Payment by electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) VI. REQUIREMENTS FOR SUBMISSION OF PROPOSALS (MSCSD) (NOV 2000) General: Offerors shall submit via electronic format, two (2) copies of the technical/past performance proposal, and one (1) copy of the price/business proposal on CD-ROM disk or 3 inch floppy disk. The acceptable electronic format for proposals include Word 6.0/95, Word 7.0/97, Excel 5.0/97 or Adobe Acrobat 3.0 Win (.pdf). Electronic mail is not an acceptable electronic format. Offerors shall ensure that proposal disks are virus free, and free of password protection. If access to proposal data is prohibited due to viruses, passwords, wrong format, the offeror may be considered unacceptable. Proposal Content: This solicitation outlines the evaluation factors and source selection evaluation criteria for evaluating the technical and past performance proposals. The technical proposal is limited to ten (10) pages excluding appendices. The Past Performance proposal is limited to seven (7) pages excluding appendices. The technical and past performance proposals shall be submitted as Volume I, and the Business/Price Proposal shall be submitted as Volume II. Volume I Technical and Past Performance Proposal., Section 1 Technical Proposal: Submit technical proposal in accordance with criteria set forth in Section VIII, and IX of this solicitation. If authorized by the solicitation, offerors may submit supplemental materials demonstrating offeror's technical capabilities. However, such materials shall be submitted in the acceptable electronic format (Word 6.0/95, Word 7.0/97, Excel 5.0/97 or Adobe Acrobat 3.0 Win (.pdf)), and are considered part of the technical proposal. Offerors shall ensure that the technical proposal, inclusive of the supplemental material, does not exceed ten (10) pages. Section 2 Past Performance Proposal: Submit a past performance proposal in accordance with criteria set forth in Section VIII and IX of this solicitation. Past Performance information shall be submitted in the acceptable electronic format (Word 6.0/95, Word 7.0/97, Excel 5.0/97 or Adobe Acrobat 3.0 Win (.pdf)). Offerors shall ensure that the past performance proposal information does not seven (7) pages. Volume II Business/Price Proposal. Provide a signed copy of your proposal on company letterhead to include price proposal, and appropriate Representation and certification documents. Requirements for Style: Each offeror shall submit a proposal that clearly and concisely describes and defines the Offeror's understanding of and compliance with all requirements contained in the solicitation. Administrative: All questions concerning the solicitation shall be address to the Contract Specialist BEA.APPLING@MSCWEST.MSC.NAVY.MIL. Offerors shall submit two (2) copies of Volume I, Technical and Past Performance proposals, and one (1) business/price proposal on CD-ROM disk or 3 inch floppy disk to: Military Sealift Command, Attn: Bea Appling, Building 139, 140 Sylvester Road, San Diego, CA 92106-3521. Paper proposals may not be accepted. The date and time for receipt of proposals is 1300 hours (local time), Monday, 27 November 2000. VII. SOURCE SLECTION EVALUATION CRITERIA: (1) Past Performance: Offerors will be evaluated on their performance under existing and prior contracts for similar services. Information obtained from references listed in proposals, other customers known to the Government, and other sources of useful and relevant information will be considered. The weight of each sub-factor below will depend upon its importance to the proposal and successful completion of the contract. The proposal should address the following evaluation factors. (1) References: Provide at least three references for Contracts of same or similar scope of work to that of this solicitation. Information should contain Contract Number, point of contact and phone number, performance period, dollar value (award price and completion price). (2) Written Narrative: Provide a written narrative for each reference provided in paragraph 1 above, describing the scope of work and how it was similar to this solicitation requirement. Address the performance period, annotating any performance extension or delays and addressing the reason for the extension or delay. Address any problems that may have been encountered and describe solutions implemented to resolve problems and or resulting in any process improvements. Describe the Quality Assurance and Management Plan implemented to ensure quality compliance with the referenced performance schedule, contract cost/price, and quality service. Describe the mechanisms for handling customer complaints, their resolution and utilization of this information for continuous quality improvement. Describe the management of your relationships with customers, both Government and commercial both during performance and post performance. Describe how you managed subcontracts (if any) on the referenced contracts. Offerors are required to submit a Technical proposal. The technical proposal should address technical factors specified herein. Each numbered factor is of equal importance: Omissions and/or inaccurate or inadequate responses will have a negative effect on the overall evaluation. TECHNICAL: (1) Schedule: Demonstrate an understanding of the scope of work and the plan to accomplish that work by providing a time-phased progress sequencing schedule (example: MS Project) and tasks to be accomplished. (2) Resources: Describe how you intend to obtain manning resources (in house personnel, subcontractors, labor unions etc.) If you intend to subcontract any portion of this requirement, you must identify what tasks will be subcontracted out and provide subcontractor name (if available). (3) Quality Assurance Plan: Describe in detail the quality assurance plan to be used. (4) Problem Resolution: Identify any potential problem areas or difficulties in accomplishing the work requirements within the allotted contract period and proposed solutions to those problems. If no problems or difficulties are foreseen, state "No problems are foreseen." (5) Proposal Break-Down: Provide a break-down of trades to be used, man hour, (prime and subcontractor separately identified), and material costs for the proposed costs included within the proposed firm fixed price. (6) Certifications: Provide proof of any current applicable certifications for this type of work. Example: USCG/ABS approved welding procedures and welders. If prime contractor does not hold the certifications then identify which subcontractor will provide the necessary services. VII. FAR 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Contracting Officer, Military Sealift Command, Pacific, Bldg 139, Code N10W, San Diego, CA 92106-3521, Attn: Mr. Robert B. Link. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. VIII. FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (JAN 1999) (a) 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 following technical evaluation factors shall be used to evaluate offers and are listed in descending order of importance. (1) Past Performance, (2) Technical Capability and (3) Price. All evaluation factors other than cost or price when combined, are approximately equal to price. NOTICE OF AWARD: 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. X. OSHA REGULATIONS Attention of the contractor is directed to the Occupational Safety and Health Act and to the regulations of the Occupational Safety and Health Administration (OSHA) in as much as they apply to all ship repair and related work. Nothing in the resultant contract shall be construed as relieving the contractor from any obligations which it may have for compliance with the aforesaid law and regulations. XI. SPECIFICATION CLARIFICATION Offerors may request clarification of any work item specification or contract term. No verbal requests for information will be accepted by the Contracting Officer or his technical representative. Offeror's questions must be submitted to the Contracting Officer in writing.
Web Link
N31980-00-R-4283 USNS MERCY (T-AH-19) ISOLATION WARD (www.neco.navy.mil)
Record
Loren Data Corp. 20001117/JSOL001.HTM (W-320 SN5067A6)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on November 15, 2000 by Loren Data Corp. -- info@ld.com