Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

D -- Electronic Desktop Access to Commercial Standards

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009D9047
 
Response Due
9/21/2009
 
Archive Date
10/6/2009
 
Point of Contact
Lisa Sumpter (757) 322-4083
 
Small Business Set-Aside
Total Small Business
 
Description
INSTRUCTIONS AND EVALUATION INSTRUCTIONS TO QUOTERS This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N62470-09-Q-9047 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 518210 and the Small Business Standard is $25M. The proposed contract is 100% set aside for small business concerns. This solicitation will result in a Firm Fixed Price contract. Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources capable of providing CLIN 0001: Provide an electronically accessible Internet commercial standards subscription for 70 locations in accordance with the attached Scope of Work. Period of performance is 30 September 2009 through and including 29 September 2010. The following FAR provision and clauses are applicable to this procurement:52.203-3 Gratuities52.204-7 Central Contractor Registration52.212-1 Instructions to Offerors - Commercial Items52.212-3 Alt I Offeror Representations & Certifications - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:52.203-6 Alt I Restrictions on Subcontractor Sales to the Government52.219-6 Notice of Total Small Business Set-Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities52.222-22 Previous Contracts and Compliance Reports52.222-25 Affirmative Action Compliance52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans52.225-13 Restrictions on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.239-1 Privacy or Security Standards The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country252.212-7000 Offeror Representations and Certifications - Commercial Items252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including:252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.205-7000 Provision of Information to Cooperative Agreement Holders252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.243-7002 Requests for Equitable Adjustment252.232-7010 Levies on Contract Payments The following NFAS clause applies to this solicitation and is incorporated by reference: 5252.212-9300 Commercial Warranty CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted on a monthly basis in accordance with DFAS 252.232-7003 and attached (NFAS 5252.232-9301). Interested vendors may send the quotation to the Navy in any of the following ways; (a) By e-mail to lisa.sumpter@navy.mil, or(b) By commercial courier (i.e. FEDEX or UPS) to the following address: Commander, Naval Facilities Engineering Command, AtlanticAttn: Lisa A. Sumpter, Code ACQ126506 Hampton BoulevardNorfolk, VA 23508 The quotation shall consist of three parts: (1) a written technical submission, (2) past performance information, and (3) price information. I. Written Technical Submission: Each vendor shall provide either one (1) original and one (1) copy in hard copy or an electronic version of the following: A written narrative demonstrating the capability of the company and its systems to meet the minimum requirements listed in the attached Scope of Work and below. The written technical submission is limited to a total of five (5) singled sided pages, twelve (12 pitch, one inch borders on all sides).?Vendor must demonstrate that they can deliver 100 percent of all requirements for desktop Internet subscription access.?Vendor must demonstrate that they have the capability to deliver all specified collections to meet the requirements of this contract from the first day the contract is in effect. The Internet-based index and search engine must be complete and ready for immediate use on the first day the contract is in effect. No partial delivery of the specified collections or substitutions in either data or delivery format will be acceptable as such could affect the use and licensing and potentially subject DoD to copyright liability otherwise covered by the Supplier.?Vendor must demonstrate that they have the capability to deliver electronically the updated Specs Intact generated UMRL and UFGS 01 42 00 using the redline function to indicate the current revision level and organizations' updated information of all of the organizations/documents listed in Appendix A in accordance with the following schedule:?January 31, 2010?April 30, 2010?July 31, 2010?October 31, 2010 II. Past Performance Information Submission: Vendors are required to provide information on no more than three (3) of the firm's most recently completed contracts (not to exceed five (5) years since completion) that are relevant to the services being provided under this solicitation. Relevance is defined as similarity in scope, complexity and magnitude, i.e. similar size/dollar value and degree of administrative, managerial, and technical difficulty. Past performance as the prime contractor will be preferred over and scored higher than past performance as a subcontractor. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Vendors should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of this solicitation. Past performance information shall be submitted in accordance with Attachment I Performance Risk Questionnaire. Vendors should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. The information shall be forwarded by the vendor to references for completion who will then forward the completed questionnaires to Lisa Sumpter by email to lisa.sumpter@navy.mil III. Price Submission: Vendors shall complete price schedule (attached) as follows: (1) Total price for NAVFAC, USACE, AFCESA and AFCEE to access items No. 1, 2, and 3 (including training tutorial) as set forth in the attached Scope of Work (no substitutions or deletions) and provide supporting information with a price breakdown by product access and services; and total cost for option, item No. 4, including training tutorial. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFAR 252.212-7000. Vendors must also acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability, Past Performance, and Price. (b) A written order in response to the vendor's quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered Quotations will be evaluated as follows: a) Technical capability - Written Technical submittalb) Past performancec) Price TECHNICAL CAPABILITY FACTOR The Government will evaluate each vendor's Written Technical submission acceptable (pass) or unacceptable (fail). The Technical Proposal will be evaluated in terms of: Written Technical Submittal Pass (P): The technical submittal demonstrates that the vendor: (1) Can deliver 100 percent of all requirements for desktop Internet subscription access; (2) Has the capability to deliver all specified collections to meet the requirements of this contract from the first day the contract is in effect; (3) Has the capability to deliver electronically the updated Specs Intact generated UMRL and UFGS 01-42 00; and (4) Has been determined to meet the minimum requirements listed in the Scope of Work.Fail (F): The technical submittal does not demonstrate that it can meet the minimum requirements as stated in Paragraph I above and the attached Scope of Work. PRICE The Government will evaluate quotes for award purposes by adding the total price of the base requirement and the option quantity. The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. PAST PERFORMANCE Past Performance will be evaluated after the Contracting Officer has completed the technical evaluation. However, in the event a vendor submits a technically acceptable quotation with a non-competitive, high price when compared to the government estimate and/or other technically acceptable quotations, the Government, at its discretion, may not evaluate that vendor's past performance submission and eliminate that vendor's quotation from further evaluation and consideration for award. The Past Performance will be evaluated in accordance with FAR 13.106. The Government will determine whether the vendor's past performance submissions are, in order of preference, relevant, somewhat relevant or not-relevant contracts based on three factors: scope, complexity and magnitude. RELEVANT - the past performance submission meets the criteria of all three factors.SOMEWHAT RELEVANT - the past performance submission meets the criteria of some of the three factors.NOT RELEVANT - the past performance submission fails to meet the criteria of all three factors.For past performance submissions determined to be relevant or somewhat relevant, the Government will make a reasonable effort to collect and evaluate past performance information from the point(s) of contact identified by the vendor or, at the discretion of the contracting officer, other points of contact. The vendor acknowledges that the Government is not responsible if the point of contact provided by the vendor fails to respond to the Government's past performance inquiry. Vendors are also advised that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources, including sources outside of the Government and Performance Assessment Reporting Systems (CPARS). The Government will evaluate the vendor's Past Performance in order to assess performance risk. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of a vendor's performance on a list of contracts, but rather the product of subjective judgment of the government after it considers all available, relevant and recent information. Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submittal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other vendors having an acceptable (or better) past performance. SELECTION The Government intends to evaluate quotes and award a contract using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance) when compared to other quotations. The Government reserves the right to award to other than the lowest priced vendor. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. This announcement will close at 3:00 P.M. EDT on 21 September 2009. Please direct questions to Lisa Sumpter at (757) 322-4083 or lisa.sumpter@navy.mil. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009D9047/listing.html)
 
Record
SN01960473-W 20090919/090918001844-9b91eff24eb62fd1b175345580a3451e (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.