Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
SOLICITATION NOTICE

R -- ISO 9001:2000/AS9700-2001

Notice Date
2/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
N65886-05-T-0001
 
Response Due
2/22/2005
 
Point of Contact
Jennifer Reeder, Contract Specialist, Phone (904) 317-1987, Fax (904) 317-1991, - Kay Eichholz, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991,
 
E-Mail Address
ReederJL2@navair.navy.mil, kay.eichholz@navy.mil
 
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 dated 19 January 2005 and DFARS Change Notice DCN # 2005011.3. Solicitation Number N65886-05-T-0001 is issued as a Request for Quotation (RFQ). This action is being pursued as a full and open competition. It is not a small business set-aside. The associated North American Industry Classification Systems (NAICS) code for this requirement is 541611 with a size standard of $6M. The Navy anticipates negotiating a one (1) year contract for the base period of performance plus four 12-month option periods. The contract type will be a commercial Simplified Acquisition Procedures (SAP) purchase order with firm-fixed price Contract Line Items (CLINS) for labor and cost reimbursable CLINS for Travel and Material. The tasking includes the following: Scope: The Naval Air Systems Command Jacksonville, Florida (NADEPJAX) has a requirement for ISO 9001:2000 (Quality Management System (QMS)) and AS 9100-2001 (QMS – Aerospace) Certification External Audit Services. The contract will include Surveillance/Maintenance Audits to maintain the registration to the latest standard through the completion of the contract. The main facility is located in Jacksonville, Florida and has major detachments in Beaufort, South Carolina; Mayport, Florida; and Norfolk, and Oceana, Virginia.Contractor Responsibilities. NADEP JAX will be continually registered as a single integrated organizational unit. Initial Registration shall be granted for a full 36 months. Because of specialized certification necessary to be chosen for award of this requirement the offeror shall hereafter be called the Registrar. A Registrar is an independent, third party company that verifies a QMS meets the specified requirements and is certified by Raad voor Accreditatie (RvA) and ANSI-RAB. Registration shall encompass all Core Business Units. Support staff functions of the Depot that provide direct support services or add value to the quality of the products or services are to be included in an audit of a core business unit. This is to ensure that they are integrated into the support structure of the business and are compliant with the command's management system and strategic goals. Optional Documentation Review If required by Raad voor Accreditatie (RvA) and ANSI-RAB accreditation requirements, the registrar may be required to conduct a thorough documentation review of all business units according to the agreed upon schedule. The registrar shall conduct the Document Review audit in accordance with Raad voor Accreditatie (RvA) and ANSI-RAB accreditation requirements. Registration Audit The Registrar shall recognize and continue current valid Registration Certificate for the remaining balance of 36 months. The Registrar has the option to issue Registration Certificates under their own name. The Registrar shall conduct the formal continuation of the registration audit in accordance with Raad voor Accreditatie (RvA) and ANSI-RAB accreditation requirements. Surveillance/Maintenance Audits The Registrar shall provide surveillance/maintenance audits as required to maintain ISO 9001 and AS9100 certifications. NADEP JAX requires that these surveillance/maintenance audits occur at six-month intervals. Each core business unit will be audited for all ISO 9001:2000 and AS9100-2001 management system requirements over the course of two successive audits for the year. The remaining indirect organizational functions/peripheral support groups will be audited for all ISO 9001:2000 and AS9100-2001 management system requirements over the course of two successive audits for the year.Upgrade to Future Revisions of ISO 9001 or AS9100 In the event that either ISO 9001:2001 or AS9100-2001 is revised during the life of this contract, the registrar shall complete the necessary audits to register/upgrade the NADEPJAX's Business/QMS to the revised management system standard. Follow-up of Major Non-Conformity Registrar shall provide follow-up audit for major non-conformity identified during preceding audit(s) to determine if corrective action has been completed. This follow-up shall be conducted on-site. Registrar shall provide follow-up audit for major non-conformity identified during preceding audit(s) to determine if corrective action has been completed. This follow-up shall be conducted off-site. Specific Performance Requirements. The Registrar shall be responsible for obtaining all special access clearances in a manner that will not affect scheduled performance for all personnel provided to work under this contract. The formal Statement of Work, Performance Standards applicable to this requirement, Contract Data Requirements List (CDRLs), and CLINs for this requirement are found at the NAVAIR Website Doing Business Link at http://www.navair.navy.mil. under Solicitation Number N65886-05-T-0001. In accordance with FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) the Registrar shall address (1) Technical Capability; The Registrar’s technical capability shall be evaluated based on the following two subfactors: (a) Registrar shall be Raad voor Accreditatie (RvA) and ANSI-RAB accredited which will be verified by the Registrar’s name being present on the ANSI-ASQ National Accreditation Board (ANAB) Certification Body list located at http://www.anab.org and (b) Registrar shall have performed at least one prior registration of a Government industrial facility for which the Registrar must provide the following information: (a) Contract Number, (b) Name and phone number of a point of contact, and (c) Government industrial facility for which registration was performed ; (2) Corporate Experience; The Registrar shall describe its corporate experience on similar or related contracts it has held within the last five (5) years which are similar to the requirements in this RFQ or affirmatively state that it possesses no relevant related or similar corporate experience. Registrars who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of this RFQ. (3) Past Performance;The Registrar should provide the following information regarding its past performance for three (3) contracts held within the last five (5) years:(a) Contract Number(s), (b) Name and phone number of a point of contact and, (c) Dollar value of the contract. Information on past performance will be obtained from the references listed in the RFQ, other customers known to the Government, consumer protection organizations, CPARS (if available) and others who may have useful and relevant information. In the case of a Registrar, that does not have past contract performance information or for which past contract performance information is not available, the Registrar will receive a neutral rating.; (4) Price; The Registrar shall provide a cost proposal in sufficient detail to determine unit price, total price for each CLIN, and total contract price inclusive of travel and material reimbursable costs. Award shall be made to the responsible Registrar 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) Technical Capability; (2) Corporate Experience (3) Past Performance; (4) Price. The Government reserves the right to award the contract to other than the lowest priced Registrar. Technical capability, corporate experience, and past performance, when combined, are significantly more important when compared to price. The following FAR clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors- Commercial Items (JAN 2005); FAR 52.212-3 Offeror Representations and Certification—Commercial Items (JAN 2005); FAR 52.212-4 Contract Terms and Conditions—Commercial Items (OCT 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2005); FAR 52.217-8 Option to Extend Services (NOV1999); FAR 52.217-9 Option To Extend The Term of The Contract (MAR 2000); FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies (JUN 2004); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003); FAR 52.227-1 Authorization and Consent (JUL 1995); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.243-5 Changes and Changed Conditions (APR 1984); FAR 52.244-6 Subcontracts for Commercial Items (DEC 2004); FAR 52.246-1 Contractor Inspection Requirements (APR 1984); DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2004); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (APR 2003); DFARS 252.225-7036 Buy American Act – North American Free Trade Agreement Implementation Act – Balance of Payments Program (DEC 2004); 5252.201-9501 Designation of Contracting Officer’s Representative (COR) (OCT 1994); 5252.232-9521 Payment Inquiries (AUG 1998); 5252.211-9507 Period of Performance (NAVAIR) (MAR 1999); 5252.232-9504 Instructions to Paying Office (NAVAIR) (MAY 1998); 5252.232-9509 Reimbursement of Travel, Per Diem, and Special Material Costs (NAVAIR) (MAR 2000); 5252.232-9511 Notice of Requirements for Prompt Payment (NAVAIR) (FEB 2000); 5252.242-9511 Contract Administration Data (NAVAIR) (MAY 1998); 5252.243-9504 Authorized Changes Only By The Contracting Officer (NAVAIR) (JAN 1992); 5252.246-9503 YEAR 2000 Compliance (NAVAIR) (MAR 1999); 5252.246-9512 Inspection and Acceptance (Destination) (NAVAIR) (MAR 1999); and 5252.247-9514 Technical Data Packaging Instructions (NAVAIR) (SEP 1999). Proposals shall be submitted on 8 ½ x 11-inch paper with printing on one side only. The proposal should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). One proposal and three copies shall be received at the below address by hardcopy or email no later than the closing date. FAR provision 52.212-3 and/or DFARS 252.225-7000 provision shall be submitted with Registrar’s proposal. Proposals are due by 4:00 PM EST, February 22, 2005 to Naval Air Systems Command (NAVAIRDEPOTJAX) Contracts Management Office (Code 2.5.1.6), Naval Air Station, Jacksonville, FL 32212-0016, ATTN: JenniferReeder, Email:Jennifer.Reeder@navy.mil. Further inquiries regarding this notice will be posted on the NAVAIR Website Doing Business Link at http://www.navair.navy.mil. Registrars must be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make a Registrar ineligible for award. Information may be obtained by calling 888-227-2423 or via the Internet at www.ccr.gov NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N65886/N65886-05-T-0001/listing.html)
 
Place of Performance
Address: Jacksonville Naval Aviation Depot 6206 Aviation Avenue Jacksonville, Florida
Zip Code: 32212
Country: USA
 
Record
SN00797098-F 20050429/050427214017 (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.