Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2003 FBO #0427
SOLICITATION NOTICE

B -- FSC: B550, Climate Assessment Survey Services, location: NADEP-SD.

Notice Date
1/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0428
 
Archive Date
3/12/2003
 
Point of Contact
Ralph Franchi 619-532-2517 Ralph Franchi, FISC-SD, 619-532-2517, 619-532-3437 fax
 
E-Mail Address
Email your questions to Click here to contact the Contracting Officer via email.
(ralph_a_franchi@sd.fisc.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-03-T-0428. The RFQ and incorporated provisions and clauses are those in effect through FAC 2001-09 and class deviation 2002-o0003. This solicitation is issued as restricted. NAICS Code 621330, FSC: B550 and business size standard of $6.0 million are applicable. The Fleet and Industrial Supply Center-San Diego (FISC-SD N00244) is announcing a requirement for the following: Climate Assessment Survey Services. The contractor is required to provide all consulting services, materials and travel to accomplish the state d mission within the statement of work provided. Statement of Work: Conduct a Climate Assessment of the Landing Gear Shop. All necessary services, travel, and material to provide services outlined in the following Statement of Work for the period beginning on the contract effective date through 20 April 2003. The Naval Aviation Depot, North Island has a need for an assessment to gauge employee perceptions of the workplace environment in the Landing Gear Shop. The assessment shall explore and evaluate points of interest determined relevant to operational effectiveness. Personnel, both supervisory and subordinate employees, will be interviewed to discuss the negative and positive aspects of their organizational climate. The interviews may necessitate discussing complaints and specific rumors that have surfaced in the workplace. The assessment will also include any qualitative variables routinely utilized for an organizational work-life analysis. Other variables may include (1) reports of serious interpersonal conflicts; (2) complaints regarding repeated investigations of the organization and key personnel; and (3) allegations of threatening conduct and/or violence in workplace. The foregoing services shall be provided by the contractor to the government through telephone consultation, on-site meetings, in-office or on-site assessments, case review meetings, telephone consultation among contractor employees and/or consultants. This effort will require professional knowledge and experience with organizational structures relative to labor relations, dispute resolution, and command work climate assessments. The contractor must possess knowledge and experience, similar to Naval Air Depot, North Island work environment, that can provide the necessary non-personal services in the timeframe required. An environmental assessment is required to evaluate the organizational climate which senior management will use as a tool to address issues and /or improve the workplace. Required reference documentation will be provided at contract award and will be returned to the Government upon task completion. No copies of the reference material provided by the Government shall be retained by the contractor. Strictest confidentiality is required with no discussion of this project outside of the government points of contact identified at contract award. All reports and correspondence shall adhere to the Privacy Act of 1974 during the course of the assessment as well as after it has concluded. The contractor shall not publish or disseminate any data obtained or information resulting from work pursuant to this contract without prior writ ten approval of the government point of contact specified herein. Documentation will be provide upon award of contract. At the end of the task, contractor shall furnish to the Government a report discussing the following: Technical approach to accomplishing assessment, Report of findings and determinations, Analysis of data , Professional recommendations; The report is required to be delivered to the Government in an electronic format to a Government representative via email and or computer disk upon completion of assessment services. All services, including the final report, must be concluded no later than 20 April 2003. Each contractor submitting a proposal for review should provide a summary stating their level of understanding of the project requirements based on the SOW. It is recommended that the summary be stated in objectives as follows: I. Project Objectives and Ap proach a. Specific Project Objectives; II. Project Approach, Phase I ? Environmental Assessment, Phase II ? Recommendations and Action Plan, Phase III ? Implementation. Contractors are to provide a detailed technical plan based on the SOW and the recommended project summary. For each phase the number of hours and hourly labor rate is to be provided. A estimate for materials and travel is to be included. All deliverables will be delivered to the Naval Aviation Depot, San Diego, CA 92135. All services and reports will be inspected and accepted at Destination. Contractors are required to provide descriptive technical literature per FAR 52.212-1(b)(4). IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligibl e for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.212-5 Facsimile Proposals, (c) Fax: 619-532-2287 FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of proposal to meet the Government?s requirement. To be determined technically acceptable, the contractor must furnish a Technical proposal offered in accordnace with FAR 52.212-1 (b)(4). (ii) Pricing: Contractors are to provide cost breakdown listing hourly labor rate, and number of labor hours for each phase of the project, estimated material and travel costs. Provide prior history of same or similar type service to DOD or commercial companies. Provide contract/order number, name of organization, type of service, unit price and the d ate of sale. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. End. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit this provision with your quotation. FAR 52 .212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Re gistration; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; End of Clauses/Provisions. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit quotations to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 2611. 619-532-3437 fax. Address all questions or inquiries to the Contracting Officer at: 619-532-2517 or e-mail: ralph_ a_franchi@sd.fisc.navy.mil Reference solicitation number: N00244-03-T-0428 on all documents and requests for information. Quotes must be received no later than COB 4:00 p.m. (PST) on 02/10/02.
 
Web Link
Click here to link to the FISC-SD website.
(http://www.sd.fisc.navy.mil)
 
Record
SN00250633-W 20030202/030131213700 (fbodaily.com)
 
Source
FedBizOpps.gov 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.