Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
SOLICITATION NOTICE

R -- Management Support

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-R-0058
 
Response Due
1/6/2005
 
Archive Date
1/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, 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 Number N00421-05-R-0058 is issued as a Request for Proposals (RFP). The associated North American Industry Classification Systems (NAICS) code for this requirement is 541330 with a size standard of $23M. The Naval Air Systems Command has a requirement for program management support services for Program Management, (PMA 275), V-22 Program. These services have been provided by RVJ International, Inc., 1421 International, Inc., Suite 200, Alexandria, VA 22314-2805. The services provided are to be competed under the Program management Multiple Award Contract (PM MAC) in Spring 2005, which is when all PMA 275 program management support services are to be placed under the PM MAC. In the interim between December 2004 and Spring 2005, PMA 275 will be unable to accomplish its mission without these services. In order to meet the needs of PMA 275 and to provide continuity of services, the Navy anticipates negotiating a five (5) month contract for the period of performance of 1 February 2005 through 30 June 2005. The total number of manhours for this requirement is 7,184. Travel costs includes a Not To Exceed (NTE) amount of $10,062.00; material costs include a NTE of $2,172.00; and NMCI costs include a NTE of $14,057.00. The contract type will be firm-fixed price. The tasking includes the following: (1) Management Support of V-22 IPT and Sub-IPTs (a) Provide support and capability to integrate acquisition and financial practices for all appropriations and Service sponsored funding/budgets (e.g. U.S. Navy, USSOCOM, and USAF). Provide support in the daily acquisition/financial management activities (e.g. budget preparation, justification, and execution, Staffer briefs, Congressional responses, Program summary, document updates; development (RDT&E), production, sustainment budgeting, documentation and software required to build documentation and execution systems to support OSD, USAF and other facilities to support and maintain financial databases.; (2) Prime Contractors? Contracts Management Tool for V-22 BFM/V-22 Training IPT (a) develop/maintain tool for V-22 BFM to manage Prime Contractors? contracts. The tool will provide the V-22 BFM and Training IPT the capability to management and reconcile funding information from SAP, MOCAS, and the Prime Contractors; (3) Provide support in the preparation of statutory and regulatory reports using the Consolidated Acquisition Report Systems (CARS) software. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 2004) is incorporated by reference and applies to this acquisition. YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503. Instructions for Content of Proposal (Limitation of 20 pages excluding Personnel Resumes and Price Volume): The offeror shall address (1) Personnel: identify all labor categories and hours (identify personnel it considers ?key? and provide resumes for each); (2) Relevant Corporate Experience: The offeror shall address corporate experience in the performance of similar and/or identical tasks; and (3) Price: The offeror shall provide back-up information that verifies the labor rates proposed. This could consist of a copy of a price list; invoices from previous contracts for the same type of services. Award shall be made to the responsible offeror who is determined to be the Best Value to meet the Government?s needs based upon an integrated assessment of the evaluation factors. The evaluation factors, in descending order of importance, are: (1) Personnel; (2) Relevant Corporate Experience; and (3) Price. Personnel will be evaluated to assess the reasonableness of the labor mix/labor categories and the reasonableness of the number of hours and labor rates proposed to perform the tasking. Relevant Corporate Experience will be evaluated on the degree to which the offeror?s similar and/or identical corporate experience demonstrates the knowledge and capability to perform the tasking. Price is the least importance evaluation factor, but its degree of importance will increase commensurately with the degree of equality among the technical evaluation factors. Price will be evaluated in accordance with FAR Part 15. Proposed labor rates and hours will be evaluated for reasonableness/appropriateness. The assessment may include a comparison of prior proposed prices for same or similar services and/or comparison with independent Government estimate. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAY 2004) ALTERNATE I (APR 2002) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ?COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS (JUNE 2004) applies to this acquisition. (a) The contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (a) 52.222-3 Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (b) The contractor agrees to comply with the FAR clauses in this paragraph (b) which the Contracting Officer has indicated as being incorporated in this contract by reference to implement prevision of law or executive orders applicable to acquisitions of commercial items or components: (a) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637) (d) (2) and (3)); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355), Section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26 ? Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of Vietnam Era Veterans (38 U.S.C. 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (8) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (E.O. 13126). (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contactor (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), or (d) of this clause, the contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15) in a subcontract for commercial items or commercial components ? (2) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S. ? Flagged Commercial Vessels (46 U.S.C. 1241). (End of Clause). DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (Dec 2002) is incorporated by reference. The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, is included in this solicitation by reference to implement provisons of law or Executive Orders applicable to acquisitions of commercial items or components. (1) 252.225-7021 Trade Agreements (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note): (2) 252.225-7012 Preference for Certain Domestic Commodities (10 U.S.C. 2533a); (3) 252.227-7015 Technical Data ?Commercial Items (10 U.S.C. 2320); (4) 252.243-7002 Certification of Requests for Equitable Adjustment (10 U.S.C. 2410): (5) 242-247-7023 Transportation of Supplies by Sea, Alternate I (10 U.S.C. 2631); (6) 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). ( c) In addition to the clauses listed in Paragraph (e) of the Contract Terms and Conditions Required to Implement Statues or Executive Orders ?Commercial Items clause of this contract (FAR 52.212-5), the contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S. 2361). (End of clause). The provision at 252.204-7004?Required Central Contractor Registration (MAR 2000) applies to this solicitation. Proposal is due to Beverly Abell, Contract Specialist, Naval Air Warfare Center Aircraft, Bldg. 441, 21983 Bundy Rd., Patuxent River, MD 20670 by 3:30 p.m. Eastern Standard Time, 6 January 2005. Facsimile proposals shall be accepted (recommend submission one (1) day prior to closing to. For information regarding this solicitation or copies of FAR provision 52.213, contact Beverly Abell at (301) 757-6544 or via email: Beverly.Abell@navy.mil. If an offeror is not able to contact the Contracting Office via email, please fax correspondence/requests to the point of contact above at facsimile (301) 757-6516. Refer to Number Note 1. **END SYNOPSIS/SOLICITATION No. N00421-05-R-0058.
 
Place of Performance
Address: NAVAIR, Patuxent River, MD
Zip Code: 20670
Country: U.S.
 
Record
SN00727395-W 20041230/041228212048 (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  © 1994-2020, Loren Data Corp.