Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

J -- Refurbishment of Three (3) Port Operations Boats

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, SUPSHIP San Diego, N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523609Q8053
 
Response Due
7/27/2009
 
Archive Date
8/11/2009
 
Point of Contact
Derek Sopp 6195565986<br />
 
E-Mail Address
Navy E-Commerce Online
(derek.sopp@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The Request for Quotation (RFQ) (N55236-09-Q-8053) is issued as a Total Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code is 336611. The small business standard is 1000 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34 (Effective on July 1, 2009). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No. (CLIN) 0001 is to provide three (3) Naval Port Operations Utility Boat refurbishments. The boats are OR-5, 21 ft Sea ark Aluminum Roust About (21UB0106) located at NAVBASE SD; Whaler 14, 21 ft Sea ark Aluminum Roust About (21UB0107) located at NAVBASE SD; Whaler 15, 21 ft Sea ark Aluminum Roust About (21UB0112) located at NAVBASE CORONADO. Period of performance: 08/12/2009 through 11/30/2009. Refer to Attachment (1) for the entire statement of work. Work to be accomplished at contractor's facility. Offeror shall provide the facility name, street address, city, state, and zip code where the work is to be accomplished, with their quote. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Items shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached statement of work. Offerors shall include in their quote the cost of transportation of the boats. Inspection and acceptance shall be at destination by the Government. 52.212-2 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: (i) past performance and (ii) price. Past performance when compared to price is approximately equal in importance. (b) Options (not applicable). (c) 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 offers 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. The total evaluated price will be the sum of CLINs 0001-0002. CLIN 0001 shall price the refurbishment of Whaler-15 in accordance with the Attachment A - Statement of Work. CLIN 0002 shall price the refurbishment of OR-5 and Whaler-14 in accordance with the Attachment A - Statement of Work. The Government will evaluate the proposed price for reasonableness in accordance with FAR 15.305 (a)(1) and FAR Subpart 15.4. The Government will also determine the realism and balance of each price by comparing it to other proposed prices and the independent government estimate. Past performance is a measure of the degree to which an offeror has satisfied customers in the past and complied with Federal, state, and local laws and regulations. Offeror's past performance will be evaluated on the basis of the following subfactors (of past performance) which are of equal importance: 1. Technical (Quality of Product) - expected performance of the technical requirements of the subject availability based upon an offeror's past performance of previously awarded relevant contracts and the effectiveness of any implemented or proposed corrective actions. 2. Schedule - expected performance in meeting the schedule requirements of the subject availability based upon a offeror's past performance of previously awarded relevant contracts and the effectiveness if any implemented or proposed corrective actions. 3. Management - the expected performance in managing the subject availability based upon an offeror's past performance of previously awarded relevant contracts and the effectiveness of any implemented or proposed corrective actions. This includes an evaluation of the offeror's past performance in complying with the clauses at FAR 52.219-8, Utilization of Small Business Concerns. The Government's evaluation of your past performance will be subjective, and based mainly on performance evaluations available in the automated Past Performance Information Retrieval System (PPIRS), information obtained from your references during telephone interviews and/or performance questionnaires, and information available in the Government's local files to evaluate past performance. The Government may use other sources, as appropriate. The Government will consider performance of work that you have subcontracted to another firm as your past performance. However, the Government will not consider the past performance of a proposed subcontractor, unless that performance was under a subcontract awarded by you. The Government will give greater consideration to contracts requiring the same or similar type and complexity of work required by the RFQ. However, other types of contracts/work may be considered as part of the past performance evaluation as well, if aspects of the past performance are deemed to have some bearing on the expected performance of the subject solicitation. Prepare and submit one Reference Information Sheet for each of the contracts that you would like the Government to consider when evaluating your past performance in the format of Attachment (2). The contracts that you reference must be ongoing or have been completed within the last three years. On the Reference Information Sheet, include the names of references who can verify that you have done the type of work that is required under the contract contemplated by this RFQ and who will provide information about the quality of your past performance. However, the Government may not contact all of your references. If a Contractor Performance Assessment Report (CPAR) has been completed for one or more of the contracts that you would like to reference, you need not submit a Reference Information Sheet for those contracts. Instead, you may provide a list of such contracts. Make sure that your reference information is up to date and that each reference will cooperate with us. Do not give us the names of a reference unless you have made sure that we can reach that reference at the telephone number, e-mail address, and postal address that you have provided, and that they will give us the information that we want. Offerors shall be determined responsible in accordance with FAR 9.104-1. Quotes shall state the unit prices and total prices of the items required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make an offeror ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Offerors who've completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-7 Central Contractor Registration (Apr 2008), 52.212-1 Instructions to Offerors Commercial Items (Jun 2008), 52.212-3 Offeror Representations and Certifications Commercial Items (Jul 2009), 52.212-4 Contract Terms and C! onditions Commercial Items (Mar 2009), 52.247-34 F.O.B. Destination (Nov 1991), 52.242-17 Government Delay of Work (Apr 1984), and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2009). The following clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restrictions On Subcontractor Sales to the Government Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.219-28 Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50, Combating Trafficking in Persons (Feb 2009), 52.225-13 Restrictions on Certain Foreign P! urchases (Jun 2008), and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003). The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007), 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Jan 2009), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 252.243-7001 Pricing of Contract Modifications (Dec 1991), and 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts) (Jan 2009). The following clauses incorporated in 252.212-7001 are also applicable: 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), and 252.247-7023 Transportation of Supplies by Sea (May 2002). WARRANTY: The offeror's commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. CLOSING DATE AND TIME: All questions regarding this requirement shall be submitted electronically to Mr. Derek Sopp, email: derek.sopp@navy.mil no later than 11:00 AM (Pacific) on 22 July 2009 to allow adequate time to prepare a response. All quotes together with the offeror's reference information sheet(s) and signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Mr. Derek Sopp, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025 or emailed to: derek.sopp@navy.mil and william.c.owens@navy.mil. Offerors shall ensure quotes, reference information sheet(s), and signed amendment(s) reach their destination by 11:00 AM (Pacific) on 27 July 2009. No facsimile quotes will be accepted. All quotes and reference information sheet(s) must be clearly marked with RFQ No. N55236-09-Q-8053. Quotes, reference information sheet(s), and signed amendment(s) received after the date and time specified will automatically be removed from consideration. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full statement of work. Potential offerors must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Offerors shall sign and submit amendment(s) with their quote before the closing date and time. SWRMC POC: Mr. Derek Sopp, phone: 619-556-5986, email: derek.sopp@navy.mil and Mr. William Owens, phone: 619-556-3399, email: william.c.owens@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523609Q8053/listing.html)
 
Record
SN01872091-W 20090712/090711000728-c23d599f10472fc6b7f2b30c9e86cec1 (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.