Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
MODIFICATION

D -- Integrated Reliability Centered Maintenance System (IRCMS) for the Naval Air Depot Jacksonville

Notice Date
8/22/2006
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming 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
N65886-06-P5-AC089
 
Response Due
8/30/2006
 
Archive Date
9/14/2006
 
Point of Contact
Jennifer Otero, Contracting Officer / Specialist, Phone (904) 317-1985, Fax (904) 317-1991, - Jennifer Otero, Contracting Officer / Specialist, Phone (904) 317-1985, Fax (904) 317-1991,
 
E-Mail Address
jennifer.otero@navy.mil, jennifer.otero@navy.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation N65886-06-P5-AC089 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05. The acquisition will be processed as a Service-Disabled Veteran-Owned Small Business competition. The associated NAICS code is 541511 and this solicitation is a set-aside. The Government intends to award a Firm-Fixed Price contract for services for the anticipated period of performance of 08 September 2006 through 07 September 2007 with four one-year options. The Naval Air Depot (NADEP), Jacksonville has a requirement for software development in the area of Reliability Centered Maintenance (RCM) analysis. This task requires the update of the Integrated Reliability Centered Maintenance System (IRCMS) to support integration of RCM analysis data with the In-service Sustained Maintenance Planning (ISMP) database and EBM scheduling tool for the E-6 aircraft and to still provide usability across NAVAIR programs. The complete Performance Work Statement, Performance Standards Matrix, Contract Data Requirements List (DD1423) and Contract Line Items are available via the Internet at http://www.navair.navy.mil/doing_business/open_solicitations/. Contract Line Items (CLINs) 0003 - 0005 are separately priced Contract Data Requirements List (CDRLs). These separate deliverables need to be proposed separately under the assigned CLINs. The Government reserves the right to determine if they will procure these separately priced deliverables during the proposal evaluation process. The following provisions/clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors - 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 Statutes or Executive Orders--Commercial Items (July 2005) FAR 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 (June 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2005) ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES (Sep 2000) (a) This Support Services contract may require the use of and/or access to Department of Navy (DoN) Information Technology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources for performance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCI Contract # N00024-00-D-6000, clause 5.2 "Ordering". (b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing this contract, before ordering directly from the NMCI Contractor. No NMCI Order may be placed without the prior written authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of the Contracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31. (c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirect burdens (general & administrative, etc.), excluding profit or fee. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) is incorporated and the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1) Technical capability of the item offered to meet the Government?s minimum requirements based on examination of product literature or technical approach narrative. Offerors whom exceed the minimum stated specification requirements will receive scores reflecting a rating above acceptable or neutral; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to Price. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items Alternate I (Apr 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : http://www.navair.navy.mil/doing_business/open_solicitations/ and search for solicitation number N65886-06-P5-AC089. The Contracting Officer must receive any questions no later than 5 calendar days before the closing date of this solicitation. An original and 2 copies of the offerors proposal shall be received on or before 12:00 Noon EST, 30 August 2006 at the the following address: Naval Air Depot Jacksonville Cecil Field Commerce Center Attn: Jennifer Otero 6206 Aviation Avenue Ste 118 Jacksonville, FL 32221-1812 Proposals shall be submitted on 8 1/2 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). The package should be marked with the solicitation number, due date and time.
 
Place of Performance
Address: Naval Air Depot Jacksonville, Naval Air Station Jacksonville, Jacksonville,Florida, ,
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01122426-W 20060824/060822221845 (fbodaily.com)
 
Source
FedBizOpps 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.