Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

R -- ELECTRONIC SURVEILLANCE CAMERA RECORDING MAINTENANCE SERVICES AND PERIODIC TRAINING SUPPORT

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911T0142
 
Response Due
4/5/2011
 
Archive Date
4/20/2011
 
Point of Contact
DAVID BROWN 757-443-1455 DAVID BROWN
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
16 March 2011 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 (https://www.fbo.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-T-0142. This contract award will consist of a three Clin structure. Clin 0001 will be Firm Fixed Price for Help Desk Support. Clin 0002 will be Firm Fixed Price for Preventative Maintenance. Clin 0003 will be a NOT TO EXCEED Cost type Clin for Emergency Repairs. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20110302. 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 238210. This acquisition is a 100% total small business set-aside. FISC Norfolk requests responses from qualified sources capable of providing one year plus 2 options all inclusive Electronic Surveillance Camera Recording Maintenance Services and periodic training support. The Period of Performance is 01 June 2011 thru 31 May 2012. Site visits well be conducted on March 29, 2011 at 9am. The site visit is recommended but not a requirement. Please contact David Brown at 757-443-1455 or email david.b.brown@navy.mil if you wish to participate. Please see the attached Performance Work Statement for further details regarding the requirements of this solicitation. 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: 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2 INSTRUCTIONS AND EVAL CRITERIA In accordance with FAR 52.212-2, Evaluation “ Commercial Items (Jan 1999), the Government will award a Task Order resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Past Performance Factor 2: Price Factors will be weighted as follows: oThe Past Performance factor is more important than the Cost/Price submission. oAll non-price factors, when considered together are more important than price. Each Offeror will submit proposals consisting of Past Performance and Price which clearly articulates their understanding, and ability to comply, with the requirements of the PWS. Factor 1: Past Performance - In order to facilitate the Government ™s evaluation of this factor, the Offeror shall provide information on no more than three (3) previous contracts whose effort was relevant to the effort required by this solicitation; the contracts provided should have been performed within the last five (5) years. Evaluation will focus only on work experience already performed. Yet-to-be performed work and experience prior to the last 5 years will not be considered. 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 RFP. The Government may verify past performance information. The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to Contractor Performance Assessment Reporting (CPARS). 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. This past performance information will be used for the evaluation of past performance. Past performance will be evaluated based on the relevance and quality of the submitted contract ™s information. Relevance is determined by a contract ™s similarity to the current requirement, based upon scope and magnitude. For the purposes of this evaluation, relevancy in scope and magnitude are measured by the following: Scope: Experience in the areas defined in the PWS. Magnitude: The measure of the similarity of the dollar value of actually performed work that exists between the PWS and the Offeror ™s contract. Magnitude will be evaluated on the dollar amount of work actually performed under the contract or contracts during the relevant five-year period established by the solicitation. The quality evaluation will be based on the following sub factors: Quality, Timeliness, and Contractor Responsiveness which are of equal importance. Quality: The Offeror ™s demonstrated history of delivering products and services of high quality and compliance with contractual requirements. Quality will be evaluated in terms of: Overall customer satisfaction, Instances of rework and/or deficiency reports, and Evidence of effective and/or innovative work applications that were beneficial to the customer Timeliness: The Offeror ™s compliance with: Delivery and/or performance schedules, Timeliness of submission of requested information, reports, and invoicing Contractor Responsiveness: The Offeror ™s demonstrated ability to: Respond to customer concerns, Isolate and resolve problems, and take systematic improvement action Following the quality evaluation, the Contracting Officer will assign an overall adjectival rating to each contract, considering both the contract ™s relevance and quality. The Contracting Officer will then assign a composite past performance adjectival rating for the Offeror ™s overall past performance, considering the ratings assigned to each individual contract. 1) Past Performance submission is limited to 6 pages. Information provided beyond 6 pages will not be considered. i) Past Performance shall, at a minimum, provide the following information: Contract Number/Delivery Order Number Contract Type Contract Period of Performance Program Name Total Contract Cost Brief description of work performed Valid name, phone number and email of Contracting Officer and Contracting Officer Representative/Technical Point of Contact. It is incumbent upon Offerors to ensure they are providing a valid names, phone numbers and email addresses. References who cannot be contacted will receive a neutral rating. Offerors lacking relevant past performance history will receive a Neutral rating. Factor 2: Price: The Offeror ™s price submission shall include a complete and signed solicitation form, and if applicable, and executed copy of Amendments. The Government will evaluate pricing information submitted in accordance with the solicitation ™s INSTRUCTIONS TO OFFERORS by comparing it to other Offeror ™s prices or by using any other price comparison technique deemed to be in the Government ™s best interest by the Contracting Officer. The contract will consist of: a Firm-Fixed priced CLIN to provide monthly preventative maintenance; a Firm-Fixed priced CLIN to provide monthly help desk support; a COST CLIN for emergency and other repairs identified during routine maintenance for the electronic surveillance camera systems for a period of 1-year, and will include options CLINS to continue such services on a yearly basis thereafter. Although price is the least important factor, the degree of its importance will increase with the degree of equality of the offers in relation to the other factors on which selection is to be made. Price will be evaluated by the contracts personnel to determine fairness and reasonableness through the most appropriate method available. 1) The price submission is not page limited, but is strictly limited to price and cost information. The submission shall include: i) Supporting information including: Labor Categories, Labor Rates, Hours and Other Direct Costs (ODCs) used in developing the proposed price. ii) Price submission shall include proposed labor rates for repairs identified in para 4.3 of this PWS. These rates shall be utilized when repairs to the electronic surveillance camera equipment are required. Scoring/ Rating: All evaluation criteria except price will be subject to the following ratings. Evaluations shall employ a letter grade method for rating Contractor submissions against evaluation factors identified within the solicitations. The appropriate letter grade rating shall be assigned to each factor subsequent to and consistent with the narrative evaluation, which shall indicate a proposal's strengths, weaknesses, and risks. A quote need not have all of the characteristics of a grade category in order to receive that grade rating; evaluators should use judgment to rate the proposal using these characteristics. Adjectival RatingDescription Highly Acceptable (HA)Past Performance: The proposal demonstrates: Superior accomplishment of contract requirements and very high customer satisfaction. Very low performance risk. Based on the Offeror's performance record, very little doubt exists that the Offeror will successfully perform the required effort. Acceptable (A)Past Performance: The proposal demonstrates: Fully compliant accomplishment of contract requirements and positive customer satisfaction. Low Performance Risk: Based on the Offeror's performance record, minimal (but perhaps some) doubt exists that the Offeror will successfully perform the required effort. Unacceptable (a) (Ua)Failure to properly accomplish contract requirements and failure to satisfy customer resulting in Unacceptable Risk. Based on the offeror's performance record, it appears unlikely that the offeror will successfully perform the required effort. Unacceptable (b) (Ub)Past Performance: Failure to properly accomplish contract requirements and failure to satisfy customer. Very High Performance Risk. Based on the Offeror's performance record, it appears unlikely that the Offeror will successfully perform the required effort. Neutral (Applies only to Past Performance)The offeror has no past performance history OR the Contracting Officer has determined that the past performance information provided is not directly related or similar to the requirements in the RFP. Submission of Offers. FAR 52.212-1, 52.212-3, 52.212-4 and 52.212-5 are incorporated by reference, and apply to this RFQ. Offeror ™s shall submit signed and dated offers to the office specified in this RFQ at or before the exact time specified in this RFQ. Offers shall be submitted via email to point of contact listed in this announcement. Late offers will not be accepted. Offers may be submitted on the SF 18, letterhead stationery, or as otherwise specified in the RFQ. 52.232-18, Availability of Funds 52.232-23, Assignment of Claims 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 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-6, Notice of Total Small Business Set-aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations of Subcontracting 52.222-37, Employment Reports on Disabled Vets 52.223-18, Contractor policy to ban Texting while Driving 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers w/Disabilities, 52.222-50 Combating Trafficking in Persons, 52.232-33 Payment by Electronic Funds Transfer - CCR, 52.215-5 Facsimile Proposals, 52.225-13 Restrictions on Foreign Purchases, 52.247-34 FOB Destination 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent rates for Federal Hires 52.232-19 Availability of Funds for the next Fiscal Year 52.237-1, Site Visit Quoters are reminded to 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 252.211-7003 Item Identification & Valuation, 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 & Balance of Payments, 252.232-7003, Electronic Submission of Payment Requests 252.225-7012, Preference for certain domestic commodities 252.209-7001, Disclosure of Ownership 252.247-7023, Transportation of supplies by Sea 252.243-7002, Requests for equitable adjustment 252-232-7010 “ Levies on Contract Payments; 5252.NS-046P Prospective Contractor Responsibility; 252.204-7004 Alt A, CCR Alternate A. 5252.232-9402 Wide Area Workflow (WAWF) 252.209-7004, Subcontracting with firms that are owned or controlled by the government of a terrorist country. 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.237-7023, Continuation of Essential Contractor Services 252.237-7024, Notice of Continuation of Essential Contractor Services WAGE DETERMINATION NO:2005-2543 REVISION:12 This announcement will close at 2:00pm (est.) on 5 April 2011. Contact Jill Joscelyn, who can be reached at 757-443-1219 or email jill.joscelyn@navy.mil. Fax number is 757-443-1333 or 757-443-1389. All responsible sources may submit a quote which shall be considered by the agency. 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 a signed copy of above certificate, 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 ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0142/listing.html)
 
Record
SN02401872-W 20110318/110316234229-4e45aa2229e3ba3a3df77232505e0b84 (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.