Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

D -- Desktop Internet-Based Commercial Industry Standards Subscription

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247011Q1032
 
Response Due
9/5/2011
 
Archive Date
9/20/2011
 
Point of Contact
Lisa Sumpter 757-322-4083
 
Small Business Set-Aside
N/A
 
Description
INSTRUCTIONS AND EVALUATION INSTRUCTIONS TO QUOTERS 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 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and 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 solicitation number is N62470-11-Q-1032 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. 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 518210 and the Small Business Standard is $25M. This solicitation is unrestricted and open for quotes from all interested parties and will result in a Firm Fixed Price contract(s). Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources capable of providing CLIN 0001: Provide an electronically accessible Internet commercial standards subscription for 78 locations in accordance with the attached Scope of Work. Period of performance is 30 September 2011 through and including 29 September 2012. The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors “ Commercial Items Addendum: 52.212-1(h) śMultiple Awards ť is tailored as follows: From: śThe Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ť To: śThe Government may accept any item or group of items of an offer. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered. ť 52.212-3 Alt I Offeror Representations & 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 Alt I Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages “ Subcontracting Plan 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 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 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration 52.239-1 Privacy or Security Standards 52.222-22 Previous Contracts and Compliance Reports 52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation 52.222-25 Affirmative Action Compliance The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications “ Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments The following NFAS clause applies to this solicitation and is incorporated by reference: 5252.232-9301 Invoicing Procedures Electronic CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted on a monthly basis in accordance with DFAS 252.232-7003 and attached (NFAS 5252.232-9301). Interested vendors may send the quotation to the Navy in any of the following ways; (a) By e-mail to lisa.sumpter@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: Commander, Naval Facilities Engineering Command, Atlantic Attn: Lisa A. Sumpter, Code ACQ22 6506 Hampton Boulevard Norfolk, VA 23508 The quotation shall consist of three parts: (1) a written technical submission, (2) past performance information, and (3) price information. I. Written Technical Submission: Each vendor shall provide either one (1) original and one (1) copy in hard copy or an electronic version of the following: A written narrative demonstrating the capability of the company and its systems to meet the minimum requirements listed in the attached Scope of Work and below. The written technical submission is limited to a total of five (5) singled sided pages, twelve (12 pitch, one inch borders on all sides). Vendor must demonstrate their ability to deliver, in its entirety, any standard or group of standards listed in the attached scope of work for desktop Internet subscription access. In accordance with FAR 52.212-1(h), as modified, the Government may accept any item or group of items of a quote. Vendor must demonstrate that they have the capability to deliver, in its entirety, any standard or group of standards listed in the attached scope of work from the first day the contract is in effect. The Internet-based index and search engine must be complete and ready for immediate use on the first day the contract is in effect. No partial delivery of the specified standard or group of standards or substitutions in either data or delivery format will be acceptable as such could affect the use and licensing and potentially subject DoD to copyright liability otherwise covered by the Supplier. Vendor must demonstrate that they have the capability to deliver electronically the updated Specs Intact generated UMRL and UFGS 01 42 00 using the redline function to indicate the current revision level and organizations ™ updated information of all of the organizations/documents listed in Appendix A in accordance with the following schedule: January 31, 2012 April 30, 2012 July 31, 2012 October 31, 2012 II. Past Performance Information Submission: The blank Past Performance Questionnaire (PPQ) attached to this solicitation is provided for the vendor to submit to references for completion. Vendors should provide the completed PPQs with their proposals. If the vendor is unable to obtain a completed PPQ from a client for a project(s) before the solicitation closing date, the vendor should complete and submit with the quote the first page of the PPQ, which will provide contract and client information for the respective project(s). The Government may make reasonable attempts to contact the client noted for that project(s) to obtain the PPQ information requested. However, vendors should follow-up with clients/references to help ensure timely submittal of questionnaires. Note: Clients are highly encouraged to submit questionnaires directly to the vendor. However, if the client requests, questionnaires may be submitted directly to the Government ™s point of contact, Lisa Sumpter via email at lisa.sumpter@navy.mil. III. Price Submission: Vendors are not required to quote on all items. Vendors shall complete price schedule (attached) for all or part of the items, as applicable, as follows: (1) Price by Standard for NAVFAC, USACE, Marine Corps and AFCESA/AFCEE/USAF to access items identified in Paragraph 7 (including training tutorial) as set forth in the attached Scope of Work (no substitutions or deletions) and provide supporting information with a price breakdown by product access and services; and total cost for option in Paragraph 8, including training tutorial. Vendors shall insert the words śno quote ť for any items in which no price is submitted. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. ADDITIONAL: Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFARS 252.212-7000; (2) Acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation; (3) Large businesses are required to submit a draft subcontracting plan. EVALUATION OF QUOTATIONS (a) The Government will award a contract or contracts resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability, Past Performance, and Price. (b) A written order in response to the vendor ™s quotation will be e-mailed or otherwise furnished to the successful vendor(s). The Contracting Officer may ask the vendor(s) to provide written acceptance of an order. In other circumstances the vendor(s) may indicate acceptance by proceeding with the services ordered TECHNICAL CAPABILITY FACTOR The Government will evaluate each vendor ™s Written Technical submission acceptable (pass) or unacceptable (fail). The Technical Proposal will be evaluated in terms of: Written Technical Submittal Pass (P): The technical submittal demonstrates that the vendor: (1) Can deliver, in its entirety, any standard or group of standards listed in the attached scope of work for desktop Internet subscription access for which a quotation is being provided; (2) Has the capability to deliver, in its entirety, any standard or group of standards listed in the attached scope of work from the first day the contract is in effect; (3) Has the capability to deliver electronically the updated Specs Intact generated UMRL and UFGS 01-42 00; and (4) Has been determined to meet the minimum requirements listed in the Scope of Work. Fail (F): The technical submittal does not demonstrate that it can meet the minimum requirements as stated in Paragraph I above and the attached Scope of Work. PRICE The Government will evaluate quotes for award purposes by evaluating the price for each individual standard, including the option quantity. The vendor ™s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. PAST PERFORMANCE Past Performance will be evaluated after the Contracting Officer has completed the technical evaluation. The Past Performance will be evaluated in accordance with FAR 13.106. The Government will determine whether the vendor ™s past performance submissions are, relevant, somewhat relevant or not-relevant contracts based on the following: similarity in scope for providing access to multiple locations and simultaneous users. Vendors are advised that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources, including sources outside of the Government and Performance Assessment Reporting Systems (CPARS). The Government will evaluate the vendor's Past Performance in order to assess performance risk. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of a vendor ™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. Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submittal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other vendors having an acceptable (or better) past performance. SELECTION The Government intends to evaluate quotes and award a contract or contracts using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor(s) whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance) when compared to other quotations. The Government reserves the right to award to other than the lowest priced vendor(s). The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government ™s best interest to do so. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. This announcement will close at 10 a.m. EDT on 5 September 2011. Please direct questions to Lisa Sumpter at (757) 322-4083 or lisa.sumpter@navy.mil. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011Q1032/listing.html)
 
Record
SN02552134-W 20110828/110827000257-171f6b067a3f7fbe9ee01d2ca82c28d5 (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.