Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

R -- Subject Matter Expert Support for Metrology Engineering Programs

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0509
 
Response Due
9/27/2009
 
Archive Date
10/12/2009
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
click here for contract specialist
(Rachel.McFarland@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; 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 RFQ number is N00244-09-T-0509. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090904. It is the contractor's responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541611 and the Small Business Standard $7.0M. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach intends to award a firm fixed price contract for the services described below. The requirement is solicited as a 100% small business set-aside. CLIN 0001- Subject matter expert support (12 MO) in accordance with the below Performance Work statement; CLIN 0002- Travel. PERFORMANCE WORK STATEMENT: SUBJECT MATTER EXPERTThe Naval Surface Warfare Center, Corona Division, Metrology Department requires the services of a subject matter expert (SME) to assist with the development of Marine Corps, Naval Industrial Facility, and NAVSEA Program Executive Officer (PEO) efforts directly supporting the Metrology Engineering Programs. The SME shall be knowledgeable in all these areas and provide direct support to the Metrology Engineering Acquisition Support activities.The SME will be provided access to the work of the various sponsors and their contractors and will be expected to review the work of the contractors as they apply to the work being performed by contractors for the Measurement Science Department and the program sponsors. As such, the SME shall be required to sign both a non-disclosure and a non-compete for the efforts that are part of the NSWC contracted efforts. The SME will be required to develop and /or perform the following in-house activities: contract statement of work preparation, independent Government estimates, contract data requirement listings, sole sourced preparation, Justifications for other than Full and Open Competition development, contract modification development with cost impacts, and market research development. The SME shall also review contractor's proposals and provide review comments based on whether proposal(s) best represents the best value for the sponsoring activity to have products developed which both meet their requirements as well as present the most economical package for the intended results. The review comments shall look at price, technical ability, and capability to perform and best value to the Government. A portion of the SME tasking will be to review contract deliverables, progress reports, invoices, and miscellaneous expenditures. The SME is also expected to attend contract meetings as required with other Government activities and contractors. The SME is expected to comment and review all items discussed or provided during the meetings to ensure the Government is receiving or will receive the expected quality and quantity in accordance with contract. The subject matter expert shall also be familiar with the Seaport-Enhanced contracts, and prepare all documentation for use of the Seaport-E contracts. The SME will prepare procurement packages for the various types of material or documentation: engineering services, multiple award engineering contracts, prototype developmental contracts, equipment procurements, task orders, and SBIR Phase I, II or III contracts. The SME shall advise the program managers of the advantages and disadvantages of the various types of procurement packages and which package shall best suit the needs of the Government. A security clearance is not required for this position. The employee performs primarily sedentary work; some walking, standing, carrying of light items, cleaning of immediate work area. Travel is required. Anticipated travel and duration: 2 trips 3 days Santa Barbara CA2 trips 3 days to Orlando Fl1 trip 3 days to Washington DCThe NSWC Corona Division CA will provide a government-furnished office space to include, desk, chair, telephone, computer, and access to NMCI computer system with printer capabilities. Government Managerial Controls: The Contracting Officer's Representative outlines the overall objectives. The SME and the available manager will discuss and jointly establish timeframes, scope of the assignment, and possible phases and approaches. The SME determines the most appropriate principles, practices, and methods to apply in all phases of the assignment, including the approach to be taken, degree of intensity, and depth of research. The SME interprets new requirements on their own initiative; apply methods to resolve issues and problems, resolving most of the conflicts that arise. The SME will keep the Contracting Officer's Representative informed of progress and potentially controversial matters. Period of Performance: 12 Months from Date of Award Estimated Yearly Hours: 800 Place of Performance: NAVAL SURFACE WARFARE CENTER, CORONA CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.219-6, Notice Of Total Small Business Set-Aside; 52.219-14 Limitations On Subcontracting ; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. N00244L332, Unit Prices - Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. In accordance with the FAR clause 52.212-2, the following information applies: (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: Factor I - Technical Capability to Perform and to meet the requirements of the solicitation Factor II - Past Performance Factor III - Price. Offerors' proposals will be evaluated first under Factor I above, which represents the minimum acceptable criteria. Under this factor, the proposal will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those offers which meet the minimum technical requirements required by Factor I will be further evaluated under Factors II and III. In the second step of evaluating those offers determined under Factor I to be technically acceptable, Factor II is less important than Factor III. 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. (b) Technical capability will be assessed by evaluating the information submitted in response to FAR 52.212-1, Instructions to Offerors, as amended above. Offerors' technical information will be used to determine whether the proposal meets the statement of work and purchase description included in this solicitation. Description of technical approach and capabilities offered, as provided in the offeror's technical proposal, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award (c) Offerors' past performance information submitted, as required by the proposal contents information set fort above, 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 five similar contracts. The Contracting Officer will evaluate 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 offerors 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 offerors past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offerors past performance. All responsible Offerors are to submit current pricing, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. In accordance with the FAR clause 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006) Paragraph (b)(4) is tailored to read as follows: The technical proposal shall address your understanding of the proposed work and your proposed method of approach to attain contract objectives. The technical approach shall be such as to enable Government personnel to make a thorough and complete evaluation of the proposal and arrive at a sound determination as to whether or not the proposal describes and satisfies the requirement of the Government. The technical proposal should be sufficiently specific, detailed and complete to demonstrate your thorough understanding of the requirements for and technical problems inherent in the achievement of the RFQ and Statement of Work objectives, and demonstrate a valid and practical approach to each requirement. Describe relevant work processes and procedures associated with performing the work and your handling of difficulties and uncertainties encountered. The narrative should also contain the benefits gained from each contract or subcontract performed. Work experiences and qualifications are required. As a minimum, the proposal should describe the following: a. Description of technical approach and capabilities in each of the areas and the expertise to be used in the performance of the contract: Knowledge of Navy Metrology & Calibration Program; Knowledge of Typical NSWC Corona Contract Package Requirements; Experience Dealing with Sponsors/Contractors/Government Project Managers/Budget Personnel; Knowledge of NWSC Corona Contract Vehicles; Past Performance dealing with Navy and Marine Corps Contracts. b. Discuss relevant work processes and procedures associated with performing the work and your handling of difficulties and uncertainties encountered. There is a maximum limitation of ten (10) cumulative pages assigned to the technical proposal. Previously submitted information will not be considered in the evaluation and therefore, should not be referenced. Offers should be made based on an anticipated award date of 28 September 2009. In addition, complete and submit the attached Past Performance Sheet (Attachment 1) with three references with your proposal. Quotes must be received no later than 6:00 Local Time, September 27, 2009. Fax proposal to 562-626-7319 or Email: rachel.mcfarland @navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024409T0509/listing.html)
 
Record
SN01965582-W 20090924/090923002008-2122e92db9b97ad3736b9edea7b6b4d1 (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.