Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

S -- Develop a demand-based scheduling system.

Notice Date
9/12/2008
 
Notice Type
Presolicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0748
 
Response Due
9/22/2008
 
Archive Date
10/7/2008
 
Point of Contact
Daniel R. Mahan 8059822190<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for procurement of commercial services and is prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice and using the simplified acquisition procedures in FAR Part 13.5. A Request for Quotation (RFQ) is being requested and a written RFQ will not be issued. The RFQ number is N00244-08-T-0748 and will be posted on both FEDBIZOPPS (www.fbo.gov) and NECO (www.neco.navy.mil). This announcement constitutes the only solicitation/RFQ. The pertinent NAICS Code is 611310; the size standard is $6.5M. The procurement is full and open competition. The government intends to make a single award. The Fleet and Industrial Supply Center San Diego, CA requests responses from qualified sources capable of providing services associated with demand-based scheduling for the Naval Postgraduate School, Monterey, CA in accordance with the attached Statement of Work. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS-DCN 20080812. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. They may be accessed at http://www.arnet.gov/far/ and http://farsite.hill.af.mil/vfdfarspdf.htm. The provisions at FAR 52.212 1, Instructions to Offerors, Commercial Items applies to this acquisition. Offerors should pay particular attention to this clause. Offeror must include a complete copy of the provision at 52.212 3, Offeror Representations and Certifications - Commercial Items, with their offer, and also at DFARS 252.212 7000, Offeror Representations and Certifications - Commercial Items. The following FAR clauses apply to this combined synopsis/solicitation - 52.202-1, 52.204-7, 52.209-6, 52.211-8, 52.212-3 (ALT I), and 52.212 4. The clause FAR 52.212 5, Contract Terms and Conditions Required to Imple! ment Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following additional clauses cited within FAR clause 52.212 5 are applicable and are hereby included by reference: 52.203 6, 52.219 4, 52.219 8, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 3, 52.225 13, and 52.232 33. The clause at DFARS 252.212 7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited within DFARS clause 252.212 7001 are applicable and are included by reference: 252.205 7000, 252.225 7001, 252.225 7012, 252.243 7002, and 252.247 7023. DFAR 252.204 7004, Alternate A, Required Central Contractor Registration (CCR), applies to this acquisition; therefore FAR clause 52.212 3 paragraph (b), relating to TIN number, does not apply. DFARS 252.225 7000, Buy American Act - Balance of Payments Program Certi! ficate, applies. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of an 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 1-888-227-2423 for more information. FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this procurement. EVALUATION-COMMERCIAL ITEMS (JAN 1999)(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, price and other factors considered. The following factors shall be used to evaluate offers: (1)Management Plan and Staffing(2)Past Performance(3)Price (b) Only those offers which are determined by the Contracting Officer to have adequate management and staffing plans for performing under Factor (1), MANAGEMENT PLAN AND STAFFING will be further evaluated under Factors (2) and (3). In the second step of evaluating those offers determined under Factor (1) to be acceptable, Factor (2), PAST PERFORMANCE, is significantly more important than Factor (3), PRICE. Management Plan and Staffing represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and not be considered for award. The Management Plan and Staffing should indicate not only the organizational element of the offeror but also the technical ability of the staffing that would be assigned to the proposed work. It is expected that offerors' indicate experience of staffing plan by having worked with institutions of higher education. Specific experience in demand-based scheduling is essential. Offerors should explain in detail how their proposal meets the requirements of paragraph 5.0 of the Statement of Work, addressing each task, function, and feature listed, i.e., G.1 through G.16, U.1 through U.12, S.1 through S.29 (Scheduling Features), S.1 through S.5 (Support Features), and A.1 through A.7. (c) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years using the attached Past Performance Data Sheet. Information utilized will be obtained from these references as well as any other sources that may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The contractor will be evaluated on PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (d) Offeror's PRICE will be the final discriminate in the evaluation. Should Factors (1) and (2) be equal between/amongst competing offerors, the offeror with the low price would prevail. (e) At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (f) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Please show a clear breakdown of all quoted costs. Offerors may propose alternative travel schedules other than that described in the Statement of Work. Each response must clearly indicate the capability of the quoter to meet all requirements. Please submit all questions via email regarding this solicitation no later than 1100 local time on 16 September 2008. Proposals (original and one copy) are due 22 September 2008 by 0800 at the Fleet and Industrial Supply Center San Diego - Port Hueneme, Naval Base Ventura County, 3350 Patterson Road, Building 801, Port Hueneme, CA 93043. Quotes may be emailed to Daniel R. Mahan at daniel.mahan@navy.mil. In order to hand deliver offers, carriers must check in at the Pass and Identification Office located at CBC Port Hueneme Base, Port Hueneme, CA, Building 1183 (adjacent to the Sunkist Gate on Ventura Road) Phone: 805-98! 2-5003. Offerors are cautioned to leave enough time to be processed by the Pass and Identification Office. A valid driver's license and evidence of vehicle registration and insurance will be required at Building 1183. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. Late bids will not be accepted. All responsible sources may submit a quote which shall be considered by the agency. No contract will be awarded under this solicitation at greater than reasonable prices. There is an anticipated contract award date of 25 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=794e1c31aee5cf1a1441d8e3c119ccdd&tab=core&_cview=1)
 
Record
SN01669259-W 20080914/080912223024-a1c59f1feea47c2db050f733699f014e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.