Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

R -- Equal Employment Opportunity HRO Service

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410R0093
 
Response Due
9/15/2010
 
Archive Date
10/15/2010
 
Point of Contact
Juana Perez 619 532-2556
 
E-Mail Address
Equal Employment Opportunity HRO Service
(juana.perez@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 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 N00244-10-R-0093. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. 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 541612 and the Small Business Standard is $6.5. The proposed contract is 100% set aside for small business concerns. FISC San Diego requests responses from qualified sources capable of providing: CLIN 0001 EEO Service - 120 cases CLIN 1001 EEO Service - 120 cases CLIN 2001 EEO Service - 120 cases Responsibility and Inspection unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-6 Alt I Restrictions on Subcontractor sales to the Government,52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions,52.204-7 Central Contractor Registration,52.209-6 Protecting the Governments Interest when Subcontracting w/ contractors debarred, suspended or proposed for debarment,52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation Commercial Item,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(Deviation); 52.216-1 Type of Contract,52.216-22 Indefinite Quantity,52.217-9 Evaluation of Options,52.217-8 Option to Extend Services,52.217-9, Option to Extend the Term of the contract,52.219-9 Notice of Small Business Set-Aside,52.222-21 Prohibition of Segregated Facilities,52.222-37 Employment Reports on Special Disabled Veterans,52.232-19 Availability of funds for the Next Year,52.232-36 Payment by Third Party,52.233-3 Protest After Award,52.233-4 Applicable Law for Breach of Contract Claim;52.232-36 Payment by Third Party, 52.242-15 Stop-Work Order,52.246-25 Limitation of Liability-Services, 52.247-34 F.O.B Destination; 52.249-1 Termination for Convenience of the Government Short Form, 52.252-2 Clauses incorporated by Reference,52.252-6 Authorized Deviations. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 212.212-7001Contract Terms and Conditions required implementing statues or executive orders applicable to Defense Acquisitions of Commercial Items; DFARS 252.201-7001 Contracting Officer Representative; DFARS 252.212-7000,Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001,Contract Terms and Conditions Required Implementing Statutes or Executive (DEV) DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002;Qualifying Country Sources as Subcontractors; Orders Applicable to Defense Acquisitions of Commercial Items including:NDZG-114 Designation of ordering activity, Minimum & Maximum Quantities & Unit NDZ L-332 I. INSTRUCTIONS FOR THE SUBMISSION OF PROPSALS All questions concerning this solicitation must be directed via e-mail to juana.perez@navy.mil Interested vendors may send quotation by US mail, FEDEX, UPS to the following address: Hard Copy Submission: (a) By commercial courier (i.e. FEDEX or UPS) or US Postal Service to the following address: Naval Supply Systems Command Fleet and Industrial Supply Center San Diego Attention: Juana Perez (619) 532-2556 Broadway Complex, Building 1, 7th Floor 937 North Harbor Drive, Suite 60 San Diego, CA 92132-0200 Electronic Submission: (b)By e-mail to juana.perez@navy.mil By Facsimile to 619-532-2347 The proposals shall consist of three parts: (1) Resume/Narrative Summary (2) Past Performance Data Sheet Clause N00244L335, and (3) Price. One electronic version and one hard copy of the quotation shall be provided. II.PREPARATION OF PROPSALS Offerors are required to submit a narrative summary with references stating the contractor ™s ability to perform the requirements of the performance statement of work. In addition, to instructions to offerors will also be required to submit resumes for evaluation of the qualified personnel assigned to carry out the responsibilities required under the contract. The narrative summary and resumes will be reviewed by a source selection board. EEO Counselors must have Basic and Advanced EEO Counselor Training. New counselors must submit training records showing 32 hours of government-approved training. All other counselors must submit training records to show 8 hours of training annually. PAST PERFORMANCE The submittal for Past Performance shall include information described in the format described Clause N00244L335. The Government will evaluate each offeror's past performance based upon the relevant references submitted under the Past Performance factor. Offerors shall provide the Past Performance/Questionnaire Data Sheets on up to three (3) of the firm ™s most recently completed federal government, state government, municipal government, or commercial contracts (not to exceed three (3) years since completion). Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the present solicitation. Offerors 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. 2. Failure to receive the completed Past Performance/Questionnaire Data Sheets will be considered certification that the offeror has no past performance for relevant services for the Government to evaluate and will receive a neutral rating. 3. The Past Performance/Questionnaire Data Sheets shall be completed by a representative of the Government agency or commercial firm for whom the work was performed. Only the Government representative or commercial customer MUST forward the completed Past Performance Data Sheets/Questionnaire to the Contracting Specialist not later than the closing of the solicitation by e-mail and/or fax to (619) 532-2347 Attn: Juana Perez. It shall be the offeror ™s responsibility to ensure receipt by the Contracting Specialist of completed Past Performance/Questionnaire Data Sheet For Past Performance Questionnaire Data Sheet (see Clause N00244335). The Government ™s assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror ™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. The offeror shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Failure to submit the completed Contractor Performance report Data Sheets will be considered certification that the offeror has no past performance for relevant services for the Government to evaluate. The Government intends to verify past performance information on contracts listed by the offerors and presented in the Past Performance/Questionnaire Data Sheet (see Clause N00244L335). The Government may contact some or all of the references. 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. Offerors are encouraged to provide information on past performance contracts that are highly relevant to the scope, complexity, widely distributed geographical area, and dollar value of Human Resources and Equal Employment Opportunity Counseling Services. PRICE PROPSAL The Government will evaluate offers for award purposes by adding the total price for all options. Evaluation of options shall not obligate the Government to exercise the option(s). Failure to propose on the base and all option years will render the offeror ineligible for award. Offerors should provide unit price per case pricing must inclusive of all costs involved in performing the statement of work on the maximum estimated number of EE0 120 cases per year. Evaluations of an offerors proposal shall be based on information provided in the CLINS. For evaluation purposes only, offerors are instructed to cost out a six-month option at the end of the last options period. This cost will be added to the total cost to determine the overall cost for the effort for EVALUATION PURPOSES ONLY. The contract will be awarded at the total cost for a base period and two one-year options. To determine the cost, offerors should consider proposing half of the total cost of a year; i.e., if Option Year 2 cost $1, 000,000, the six-month option would cost $500,000. The numbers listed are examples only and are not meant to be representative of what Option Year 2 should cost. LIST OF ATTACHMENTS: Attachment 1: Past Performance/Questionnaire Data Sheet (Clause N00244L335) Attachment 2: Quality Assurance Surveillance Plan (QASP) 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) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (ii) PRICE (b) Only those Offers which are determined by the a source selection board to be technically capable of performing under 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), PAST PERFORMANCE, is slightly more important than Factor (iii), PRICE. 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. (i) CAPABILITY TO PERFORM “ Factor 1 (a) Proposal requirements include a narrative summary with references stating the contractor ™s ability to perform the requirements of the performance statement of work. Offerors will also be required to submit resumes for evaluation of the qualified personnel assigned to carry out the responsibilities required under the contract. The narrative summary and resumes will be reviewed by the source selection board to ensure qualifications are met. CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. The Government will evaluate the capability to perform as acceptable (pass) or unacceptable (fail). Pass: The proposal contains all of the required technical submission information indicated. The information submitted does not conflict with the requirements and the proposed items meet or exceed the Governments requirements. Fail: The proposal does not contain all of the required technical submission information and/or the information submitted conflicts with the requirements. (ii) PAST PERFORMANCE “Factor 2 (a) Offeror's PAST PERFORMANCE information 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 three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's 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 offeror's 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 offeror's past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (iii) PRICE “ Factor 3 (a) The offerors proposed price will be evaluated on the unit cost price per case Pricing must be inclusive of all expenses involved in performing the statement of work based on the maximum estimated 120 cases per year. For evaluation purposes only, offerors are instructed to cost out a six-month option at the end of the last options period. This cost will be added to the total cost to determine the overall cost for the effort for EVALUATION PURPOSES ONLY. The contract will be awarded at the total cost for a base period and two one-year options. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Failure to propose on the base and all option years will render the offeror ineligible for award. 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 offer's 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 This announcement will close at 03:00 p.m. (PST) on 27 SEP 10. Contact Juana Perez who can be reached at 619-532-2556 or email juana.perez@navy.mil. Oral communications are not acceptable in response to this notice questions or concerns must be e-mail to Contract Specialist. All responsible sources may submit a quote which shall be considered by the agency. Initial pricing (quotes) and any technical information must be received no later than 27 Sep 10. Proposals will be accepted e-mail juana.perez@navy.mil l. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. See note: 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410R0093/listing.html)
 
Record
SN02282233-W 20100917/100915235428-8e2e8678cc4a5dbb4bbddd9d27a0759e (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.