Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

B -- Development and incorporation ofNavy Tactics, Techniques and Procedures (NTTPs) for counteringFast Attack Craft and Fast Inshore Attack Craft

Notice Date
8/2/2010
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018910TZ242
 
Response Due
8/18/2010
 
Archive Date
9/2/2010
 
Point of Contact
Aleksandar Rajcic 215-697-9615
 
Small Business Set-Aside
N/A
 
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 under the test program for commercial items found at FAR 13.5, 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 N00189-10-T-Z242. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42 and DFARS Change Notice 2009-12. 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 561499 and the Small Business Standard is $7.0. [Include appropriate information found in the bulleted list on the final page of this document (formerly numbered notes) OR state the following: This is a competitive, unrestricted action and the award will be made as Firm Fixed Price Commercial type contract. It is anticipated that the contract will contain a period of performance of 12 months from date of award with no option years. The FISC Norfolk Philadelphia Office requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): (CLIN 0001) (Qty 12) (unit:months) for Development and incorporation of Navy Tactics, Techniques and Procedures (NTTPs) for countering Fast Attack ! Craft and Fast Inshore Attack Craft (FAC/FIAC) into (NTTP 3-20.5). (CLIN 0002) (Qty: Lot) for travel in support of CLIN 0001. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including B (1), (10) (18), (19), (20), (21), (22),(23), (24), (25), (33) and (38). Quoters shall include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (a)52.203-2 and (b) (1), (8), (17), (19), (21), (23), (24) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252. 232-7010 Levies on Contract Payments. This announcement will close at 4:30PM Est on 08/18/2010. Contact Aleksandar Rajcic who can be reached at 215-697-9615 or email aleksandar.rajcic@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: This will be a Firm Fixed Price contract. Proposals should have a technical proposal and price proposal where the technical proposal is significantly more important than the price proposal. Also, within the technical proposal there should be two categories: technical approach and past performance where the technical approach is considered more important than past performance. Technical approach portion of technical proposal should be limited to 10 pages, while past performance should be limited to 3 pages per reference (only two latest relevant past performance references should be submitted). Optional:Resumes can be included in the proposal, however, they will not be considered for source selection. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** Past Performance The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910TZ242/listing.html)
 
Record
SN02225539-W 20100804/100802235104-0dde24615d0181e5a3b4107cc991d1a4 (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.