Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

J -- Refurbish Ten (10) Naval Security Boats

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523610Q8041
 
Response Due
5/21/2010
 
Archive Date
6/5/2010
 
Point of Contact
Hermer Tena (619) 556-3415 Roman Bech(619) 556-1166
 
E-Mail Address
Southwest Regional Maintenance Center
(hermer.tena@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) (N55236-10-Q-8041) 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 2005-40 (Effective 22 APR 2010). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order. Contract Line Item No. (CLIN) 0001 is to provide Naval Security Boat refurbishment for two (2) 25' BOOMIN' BEAVER TUG BOATS (BB-2 and BB-5); CLIN 0002: refurbish two (2) 36' ALUMINUM MOOSE BOATS (PROWLER I AND PROWLER II); CLIN 0003: refurbish two (2) 28' ALUMINUM DAUNTLESS SEAARK BOATS (BP-313 AND BP-316); CLIN 0004: refurbish two (2) 27' ALUMINUM DAUNTLESS SEAARK BOATS (PATROL 3 AND PATROL 5); CLIN 0005: refurbish one (1) 24' ALUMINUM MONARK BOAT (SCI-2); and CLIN 0006: refurbish one (1) 5.4 METER FIBERGLASS WILLARD RHIB (SCI-3). Period of performance: 05/27/2010 through 11/16/2010. Refer to Attachment (1) for the entire statement of work. 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. 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 quoter whose quote 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 quoter 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 0001-0006. 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 of the proposed price. A contract price is realistic if it is high enough to preclude the contractor from enduring a significant financial loss in performing the requirements of the contract. Unrealistically low prices increase performance risk to the Government. The risk to the Government is that the contractor-to cut its losses-might: cut corners on product quality; deliver late; default, forcing a time-consuming reprocurement; or refuse to deal with the Government in the future or be forced out of business entirely. The Government will base its evaluation of price realism on a comparison of a quoter's proposed price to other proposed prices received in response to this solicitation and the independent Government estimate. Prices will be rated either realistic or unrealistically low. Past performance is a measure of the degree to which a quoter has satisfied customers in the past and complied with Federal, state, and local laws and regulations. Quoter'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 quoter'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 quoter'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 quoter's past performance of previously awarded relevant contracts and the effectiveness of any implemented or proposed corrective actions. This includes an evaluation of the quoter'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. Quoters 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 a quoter 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. Quoters 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:. 52.204-7 Central Contractor Registration (Apr 2008). 52.212-1 Instructions to Offerors Commercial Items (Jul 2008). 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Aug 2009). 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2010).. 52.242-17 Government Delay of Work (Apr 1984). 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable:.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 (Aug 2009).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 (Jun 1998).52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008).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).252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Apr 2010).252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009).252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003).252.232-7010 Levies on Contract Payments (Dec 2006).252.243-7001 Pricing of Contract Modifications (Dec 1991).The following clauses incorporated in 252.212-7001 are also applicable:.252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009).252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009).252.232-7003 Electronic Submission of Payment Requests (Mar 2008).252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) The following RMC clause applies to this acquisition and is incorporated by full text:.RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) WARRANTY: The quoters 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. Hermer Tena, email: hermer.tena@navy.mil and Mr. Roman Bech, email: roman.bech@navy.mil no later than 18 MAY 2010 at 09:00 AM (Pacific) to allow adequate time to prepare a response. All quotes together with the quoter's reference information sheet(s) and signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Base San Diego, Bldg. 77, 3755 Brinser Street, San Diego, CA 92136-5025, Attn: Mr. Hermer Tena, or e-mailed to: hermer.tena@navy.mil and roman.bech@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 21 MAY 2010 at 09:00 AM (Pacific). No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. N55236-10-Q-8041. Quotes 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. Potential quoters 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. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. SWRMC Primary POC: Mr. Hermer Tena, email: hermer.tena@navy.mil, phone: 619-556-3415, alternate POC: Mr. Roman Bech, email: roman.bech@navy.mil, phone: 619-556-1166. E-mail is the preferred form of correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523610Q8041/listing.html)
 
Record
SN02153564-W 20100521/100519234425-6eda3a8f3221205ca18f29bacf48de79 (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.