Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

71 -- Reaction and Security Forces Habitability Upgrades

Notice Date
8/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00030 STRATEGIC SYSTEMS PROGRAMS Director, Strategic Systems Programs 2521 S Clark Street Suite 1000 Arlington, VA
 
ZIP Code
00000
 
Solicitation Number
N0003008R0059
 
Response Due
8/29/2008
 
Archive Date
9/13/2008
 
Point of Contact
Lorenza Barnes,, Phone: 703-601-9464, GERARD F MISKELLY,, Phone: 703-601-9445
 
E-Mail Address
Lorenza.Barnes@ssp.navy.mil, gmiskelly@ssp.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i).This is a combine 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; proposal are being requested and a written solicitation will not be issued. (ii). This solicitation is No. is N00030-08-R-0059 and is issued as a request for proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DFARS Change Notice 20080722. (iv) This solicitation is a small business set –aside. The applicable North American Industry Classification Systems Code is 336611-1000. (v). The Contractor shall perform all services necessary for in accordance with the Request for Proposal. The total completion time for this project is 840 calendar days from the date of award of the Initial Trial Order. This commercial item solicitation is being issued and proposals will be evaluated using “simplified acquisition procedures” under the authority of FAR 13.5 and FAR Part 15, Contracting by Negotiation.A firm-fixed-price contract will result. The basis of price evaluation will include all Line Items 0001 through 0009. Base Line Item 0001 price shall be considered available for award for 90 calendar days after the date proposals are due. Option Line Items 0002 through 0009 prices shall be considered available for award up to 360 calendar days after the date of award of Base Line Item 0001. The maximum total order for berths over the life of the Contract including Base Line Item 0001 and Option Line Items 0002 through 0009 is 300 3-tier berths, with associated lockers. Line item quantities listed in this Price Schedule Form are greater to allow flexibility in ordering. The government shall not exercise any item for less than 20 items. The following represents the Government’s estimate of delivery and installation schedules. The Offeror is free to propose alternate schedules; however, any proposed variation from the Government’s “goal” listed below shall be fully supported in the technical approach section of the proposal and will be evaluated on that basis. 1.For Item 0001 the Government’s “goal” is completion within 6 months of contract award. The maximum delivery and installation period shall not exceed 8 months. 2.For Option Items 0002 through 0009 the Government’s Goal and maximum delivery and installation period shall be as follows: QuantitiesGoal Maximum Period 20 to 100 4 months 6 months 101 to 2006 months 8 months 201 to 3008 months 10 months The quantities and related schedules stated above shall be based on the total quantities stated in each individual modification exercising one or more Items 0002 through 0009. For any phased installations of berths and lockers by the Contractor are allowed, with a minimum quantity of 20 (twenty) 3-tier berths installed in any one installation effort. It is understood that product manufacture could take up to several months, but installation shall proceed within a reasonable time thereafter. (vi). The Contractor shall provide labor, materials and equipment, as required, to accomplish the following work in accordance with the drawings and statements herein: Manufacture, deliver and install berthing and lockers within Reaction and Security Force facilities located at Strategic Weapons Facility Atlantic (SWFLANT) located on Naval Submarine Base Kings Bay, Georgia and at Strategic Weapons Facility Pacific (SWFPAC) located on Naval Base Kitsap – Bangor, Washington State. As an Initial Trial, the intent is to manufacture, deliver and install berthing and lockers for 27 personnel within two facilities at SWFLANT, and for 63 personnel within three facilities at SWFPAC. A total of thirty (30) 3-tier berths (90 sleeping surfaces) will be installed under the Initial Trial. For the Initial Trial, the engineering drawings a) Reaction Force Habitability Upgrade, Strategic Weapons Facility Atlantic, Kings Bay GA (SWFLANT Drawings), and b) Reaction Force Habitability Upgrade, Strategic Weapons Facility Pacific, Bangor WA (SWFPAC Drawings), provide work details and form a critical element of this Request for Proposal (RFP). After the Initial Trial, berths, lockers and gear rack locations and orientation will vary, but should mimic the layouts in the Initial Trial drawings. Berthing and lockers installed under the Initial Trial will be evaluated by the Government for functionality, durability and maintainability. Additional berthing and lockers are planned to be ordered for installation under this Contract if the Initial Trial installations are determined to be functional, durable and maintainable. The Government DOES NOT guarantee the ordering of additional berthing or lockers after the Initial Trial. (vii). The period of performance is as stated in the statement of work above. (viii)The provision at 52.212-1, Instructions to Offerors-Commerical Items, applies to this reference acquisition and is incorporated by reference. The following is addendum also applies to this acquisition. Addendum: Instructions and Other Information for Offerors 1. GENERAL. A proposal shall consist of Parts 1, 2, 3, 4, 5 and 6 as described below. Part 5 (PRICE) and Part 6 (PROPOSED CONTRACT DOCUMENT) shall each be submitted as a volume that is physically separate from the other parts of the proposal. A proposal that does not include all of the information requested for Parts 1, 2, 3, 4, 5 and 6, or that is otherwise inconsistent with these instructions, may be rejected. The proposed contract document can be viewed and printed from the Navy Electronic Commerce On-line (NECO) web page at https://www.neco.navy.mil/. A proposal that does not include all of the information requested for Parts 1,2,3, 4, 5 and 6, or otherwise inconsistent with these instructions, may be rejected. 2. PART 1- ADMINISTRATIVE. Part 1 of the proposal shall include the offeror's (1) name and address; (2) business size; (3) DUNS number; (4) Cage code; and (5) taxpayer identification number. Part 1 shall also include the completed provisions at FAR 52.212-3 (with Alternate 1) and DFARS 252.212-7000. An uncompleted copy of each provision can be found at the NECO web page at https://www.neco.navy.mil/. 3. PART 2 – TECHNICAL APPROACH. Part 2 shall include the following sections: (a) Provide a conceptual drawing of the proposed steel Sit-up Berths (SUBs) or equivalent, and of the Light Weight Modular Berths (LWMBs) as defined in the RFP including the Specification for Reaction & Security Force Habitability Upgrades (the Specification), the SWFLANT Drawings and the SWFPAC Drawings. Indicate the proposed materials, material thicknesses and coatings, and significant features and functions of the Berths. (b) Provide the proposed delivery and installation schedule.Technical Approach Evaluation Factors – The offeror will be evaluated as to how its technical approach, including its delivery and installation schedule, meets or exceeds the Government’s minimum requirements. 4. PART 3 - PAST PERFORMANCE. (a) Part 3 shall address “past performance," which refers to the quality of the offeror's performance of work that is the same as or similar to the effort described in the RFP including the Specification, the SWFLANT Drawings and the SWFPAC Drawings. Past performance is different from experience. Past performance describes how well the offeror has performed work that is the same as or similar to the effort described in the RFP, while experience reflects whether the offeror has performed such work. If the Offeror has no relevant past performance information, it shall be clearly stated. (b) Part 3 should identify at least three similar contracts and/or subcontracts completed during the past three years. Information on each contract should include, at a minimum: (1) the contracting agency or party; (2) the contract number or the subcontract and prime contract numbers; (3) the contract type: (4) the dollar value; (5) the award and completion dates; (6) the extent to which the offeror subcontracted the work: (7) the names, telephone numbers, and regular mail and e-mail addresses for contracting and technical points of contact at the contracting agency or party; (8) a description of the work performed under the contract or subcontract and an explanation of its relevancy to an evaluation of past performance: and (9) a description of the offeror's record for on-time performance or delivery, technical quality, and cost control. (c) Part 3 may include information on problems encountered on the identified contracts and subcontracts and corrective actions taken to resolve these problems. (d) Part 3 may describe any relevant quality awards or certifications. The offeror should identify what sector of the company (one division or the entire company) that received the award or certification, and state when the award or certification was bestowed. If the award or certification is over three years old, the offeror should present evidence indicating that the award or certification is still relevant. Past Performance Evaluation Factors - The Government past performance risk evaluation factor will consider the Offeror's record for similar contracts, on-time deliveries, technical quality, and cost control; 5. PART 4 – PERSONNEL. Part 4 shall include the following sections: (a) Level of Effort and Labor Mix Section. This section shall indicate the proposed level of effort (i.e., man-hours) and labor mix for Base Line Item 0001 (do not provide Level of Effort and Labor Mix for Option Line Items 0002 through 0009). (b). Qualifications. This section shall include the names, titles, and resumes of three (3) maximum key personnel that will be responsible for the manufacture and installation of Berthing, Custom Lockers and Gear Racks under the Contract. Resumes provided for each person should include certifications, technical expertise, knowledge and experience. This section shall detail the technical expertise and experience that is the same as or similar to the work described in this Request for Proposal (RFP), including the Specification, the SWFLANT Drawings and the SWFPAC Drawings. Resumes for personnel designated for the on-site installation effort at SWFPAC and at SWFLANT shall list if the individual is a U.S. Citizen and provide the current status of any security access badging for SWFLANT and SWFPAC respective Main Limited Areas (MLAs) and Waterfront Restricted Areas (WRAs). Identify which individual(s) will perform the Contractor Quality Control effort at each site. 6. PART 5 – PRICE. (a) Part 5 shall be submitted as a document that is separate from Parts 1, 2, 3, 4 and 6. Complete the Price Schedule Form which is provided with this Synopsis/Solicitation and submit the completed document as Part 5. The basis of price evaluation will be the summed total of the amounts of Base Line Item 0001, and Option Line Items 0002 through 0009 of the Price Schedule Form. (1) In preparing its proposed price, the offeror should use the level-of-effort estimates in Part 4 (PERSONNEL), paragraph 5(a) of this document. Daily performance of manufacturing work will be primarily at the Contractor's site. Daily performance of installation work will be primarily at SWFLANT or at SWFPAC. It is estimated that after award, the awardee shall attend one (1), 1-day kick-off meeting in the Washington, D.C. metro area to participate in required meetings and briefings. In addition, it is estimated that the Contractor will be required to attend one meeting at SWFLANT and one meeting at SWFPAC prior to installation of items under Base Line Item 0001. 7. PART 6 - PROPOSED CONTRACT DOCUMENT. Part 6 shall be submitted as a document that is separate from Parts 1, 2, 3, 4 and 5. Submission of a proposal shall be in accordance with the applicable provisions of paragraph (b) of the clause at FAR 52.212-1, Instructions to Offerors-Commercial Items, as supplemented by this Addendum. Part 6 of the proposal shall be the proposed contract document. The Proposed Contract Document can be viewed and printed from the Navy Electronic Commerce On-line (NECO) web page at https://www.neco.navy.mil/. (ix.) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition and is incorporated by reference. The following paragraph (a) is substituted for paragraph (a) of that clause: (a) 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, with price and other factors considered. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value to the after Government evaluation in accordance with the factors in the solicitation. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The following factors shall be used to evaluate offers: Technical Approach, Past Performance, Personnel and Price: (i) Technical Approach Evaluation Factor – Proposals will be evaluated on the basis of how well the offeror's proposed design and, delivery schedule for the berths and lockers meets or exceeds the Government's minimum requirement; (ii) Past Performance Evaluation Factor - The Government’s past performance risk-evaluation factor will consider the Offeror's record for similar contracts, on-time deliveries, technical quality, and cost control; (iii). Personnel Evaluation Factor – Evaluation will consider quality and demonstrated experience of personnel in the Specification areas; and, (iv). Price Evaluation Factor - The Offeror's submitted price is presumed to represent the Offeror's best price in response to the RFP. Offerors are advised that a rating of “Deficient” under any individual evaluation factor may result in the entire proposal being rated “Deficient”, and therefore ineligible for award. This commercial item solicitation is being issued and proposals will be evaluated using “simplified acquisition procedures” under the authority of FAR 13.5 The Government may make tradeoffs between the Technical Approach, Past Performance and Personnel factors and price when determining which offer constitutes the best value to the Government. This tradeoff process may result in an award to other than the low priced offer or other than the proposal with the highest non-price factor rating. (x.) An offeror must include in Part 1 of the proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (with its Alternate I), and a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications—Commercial Items. An uncompleted copy of each provision can be found on the NECO web page at http:neco.navy.mil. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Items applies to this acquisitions and is incorporated by reference. The addendum set forth in section (xiii) of this combined synopsis/solicitation is also applicable to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2005), applies to this acquisition and is incorporated by reference. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFEROR (COMPETITIVE) (5-22-08) A. This solicitation incorporates by reference the Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement (DFARS) provisions shown below, which are current through Federal Acquisition Circular (FAC) 2005-25 and DFARS Change Notice 20080513. Notes and limits on the applicability of certain provisions are described in paragraph B. Title and Date FAR Section 1.Data Universal Numbering System (DUNS) Number (Oct 2003)52.204-06 2.Instructions to Offerors – Competitive Acquisition (Jan 2004)52.215-01 3.Facilities Capital Cost of Money (Jun 2003)52.215-16 DFARS Section 4.Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006)[*]252.209-7001 C. The following provisions apply to this solicitation: 1. SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998), FAR 52.252-1 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): FAR provisions at http://www.arnet.gov/far/ and DFARS provisions at http://www.acq.osd.mil/dpap/dars/dfars/index.htm. 2. AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984), FAR 52.252-5 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (xiii) The combine synopsis/solicitation includes: Price Schedule Form, Specifications for Reaction & Security Force Habitability Upgrades, SWFPAC Drawings, SWFLANT Drawings, and Photographs for Reaction & Security Force Habitability Upgrades as attachments, which can be found at http://www.neco.navy.mil. (xiv.) The Defense Priorities and Allocations System (DPAS) applies and the DPAS priority rating is DO A5. (xv.) See Note 1. (xvi.) Offers are due at the Contracts Office, Strategic Systems Programs at 4:00 pm local time on 29 August 2008. Offers shall be submitted to the attention of Lorenza Barnes, SPN-50, Contracts Office, Strategic Systems Program. The mailing address is Strategic Systems Programs, Contracts Office, and Attn: Lorenza Barnes, SPN-50, Director, Strategic Systems Programs, 2521 South Clark St, Suite 1000, Rm 1156 A Arlington, VA 22202-3930. If offers are hand carried, please note that SSP Headquarters is located on a secure floor of NC2. All visitors must be escorted to the SSP HQ on the 11th floor of NC2 after attainment of visitors badge until 4:00 pm local time. A complete copy of this solicitation, including the proposed contract document and provisions at FAR 52.212-3 and DFARS 252.212-7000 can be viewed on the NECO web page at http://www.neco.navy.mil. (xvii.) For information regarding this solicitation contact Lorenza Barnes at 703-601-9464 or Lorenza.Barnes@ssp.navy.mil and should reference this combined synopsis/solicitation N00030-08-R-0059.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61d7a75655cd8c6b27df8337205fcf59&tab=core&_cview=1)
 
Place of Performance
Address: Kings Bay, GA and Bangor, WA, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN01647616-W 20080823/080821223044-61d7a75655cd8c6b27df8337205fcf59 (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.