Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

J -- Disassembly, transportation, upgrade, reconfiguration, and reassembly of the U.S. Naval Supply System, Fleet Logisitcs Center Norfolk's existing White Carousel System.

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911TCRSL
 
Response Due
9/16/2011
 
Archive Date
10/1/2011
 
Point of Contact
John North 757-443-1230 John W. North
 
E-Mail Address
Logistics
 
Small Business Set-Aside
N/A
 
Description
This is a BRAND NAME or EQUAL combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request For Quote) is N00189-11-T-CRSL. The solicitation documents incorporate provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100908. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed fully at these addresses: www.acqnet.gov/far & http://www.acq.osd.mil/dpap/dfars/index.htm. The proposed contract action is for commercial services for which NAVSUP Fleet Logistics Center Norfolk Contracting Department intends to solicit and negotiate a contract with a responsible offeror who represents best value to the Government. NAVSUP FLCN Logisitics Division requires disassembly, transportation, upgrade, reconfiguration, and reassembly of the Government ™s existing White Carousel System. The services provided shall be in accordance with the attached Performance Work Statement (PWS). The parts, components, and supplies provided in the execution of these services shall be BRAND NAME or EQUAL to SencorpWhite Inc., parts and components. The parts provided in conjunction with these services shall all be NEW. This acquisition will result in a Firm Fixed Price contract under NAICS 333922. The estimated period of performance is September 28, 2011 through March 02, 2012. Addendum to FAR 52.212-1 śINSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS ť Quotations must be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation. 1)Quotations in response to this solicitation are due by September 16, 2011 at 4:00 PM EST. 2)Quotes shall be emailed to john.w.north@navy.mil, Attention: John North, Code 240A, reference RFQ N00189-11-T-CRSL. 3)Proposal content and instructions when submitting a quote shall consist of: a.Past Performance Submission b.Price Information c.Acknowledgement of any amendments 4)Past Performance Submission: 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 five (5) years will not be considered. The information must be clear whether the work by the offeror was done as a prime contractor or a subcontractor. Relevant past performance for proposed subcontractor(s) may be submitted. If subcontractor contracts are submitted, the Quoter must also clearly indicate the percentage of work that the subcontractor(s) will perform under each task/category of effort throughout the course of the contract. Quoters who describe similar contracts and subcontracts should provide a detailed explanation demonstrating the similarity of the contracts, in terms of scope, complexity, and magnitude, to the requirements of the RFQ for purposes of the relevancy review. This information shall be provided by the submission of Attachment 4 “ Past Performance Information Form. The data sheet shall be completed in its entirety and one copy submitted prior to solicitation closing. Failure to submit the completed questionnaire, or comparable format, shall be considered certification that the contractor has no relevant past performance. In addition to the information requested above, offerors shall contact their past performance references and request that each reference complete Attachment 5 "Past Performance Report Form" and fax or e-mail the completed survey form directly to John North, NAVSUP Fleet Logistics Center Norfolk (FLCN), 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, e-mail: john.w.north@navy.mil, BY THE DUE DATE OF THIS SOLICITATION. The Government may consider questionnaires received after the due date of the solicitation. The Government reserves the right to contact references for verification or additional information. 5)Price Information: Vendors shall submit a single firm fixed price quotation covering all the required elements of this solicitation. In addition, vendors shall submit an executed Representations and Certifications in accordance with FAR 52.204-7 and DFARS 252.204-7004 Alt. A. Signed copies may be submitted either as hard copies or via electronic submittal. The address for electronic submittal via email is john.w.north@navy.mil. Quotes submitted shall be in accordance with the Schedule contained in the solicitation. Quotes shall be held firm for sixty (60) days QUESTIONS Offerors may submit questions regarding clarification of solicitation requirements to John North by e-mail at john.w.north@navy.mil by Tuesday, 13 September 2011. Any questions received after this date may not be answered. EVALUATION OF QUOTATIONS (a) The Government will award a contract 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: Past Performance and Price. The Government ™s evaluation of quotes will consider Past Performance to be more important than Price. (b) A written order in response to the vendor ™s quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered. Quotations will be evaluated as follows: I) Past Performance II) Price The Past Performance evaluation factor is more important than the Price quotation evaluation factor. I.PAST PERFORMANCE The Past Performance will be evaluated in accordance with FAR 13.106-2. The Government will determine whether the vendor ™s past performance submissions are relevant, somewhat relevant or not-relevant contracts based on three factors: scope, complexity, and magnitude. For subcontracts, the Government will take the percentage of total work performed into consideration in making a relevance determination. For past performance submissions determined to be relevant, the Government will make a reasonable effort to collect and evaluate past performance information regarding the quality of the offeror ™s past performance from the point(s) of contact identified by the vendor or, at the discretion of the contracting officer, other points of contact. The vendor acknowledges that the Government is not responsible if the point of contact provided by the vendor fails to respond to the Government ™s past performance inquiry. Vendors are also 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, including Contract Performance Assessment Reporting Systems (CPARS). The Government will evaluate the vendor's Past Performance considering relevance and quality 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. The adjectival ratings that will be used to establish performance risk will be generally correlated with the definitions of performance risk as follows: Very Low Performance Risk: Based on the vendor's performance record, virtually no doubt exists that the vendor will very successfully perform the required effort. (Highly Acceptable) Low Performance Risk: Based on the vendor's performance record, little doubt exists that the vendor will successfully perform the required effort. (Acceptable) High Performance Risk: Based on the vendor's performance record, significant doubt exists that the vendor will successfully perform the required effort. (Unacceptable) Neutral: Unknown performance risk assessment. 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. II.PRICE The vendor ™s proposed price will be evaluated on the basis of price reasonableness. The evaluation may include, but is not limited to: a. Price comparison with other offerors; b. Comparison with independent Government cost estimates. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit 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. Establishment of a competitive range is not anticipated; however, the Government reserves the right to establish a competitive range if determined by the Procuring Contracting Officer to be in the best interest of the Government. SELECTION The Government intends to evaluate offers and award a contract using the procedures of FAR Subpart 13.106-2. The Government shall select the vendor whose quote represents the best value to the Government, considering price and past performance when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 52.209-5 52.211-6Central Contractor Registration Certification Regarding Responsibility Matters (April 2010) Brand Name or Equal 52.212-1 52.212-3Instructions to Offerors--Commercial Items Offeror Representation and Certifications ”Commercial Items (May 2011) Alternate I (Apr 2011) 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 (JUL 2010), The following clauses apply and are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-28 Post Award Small Business Program Representation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement f Equivalent Rates for Federal Hires (MAY 1989) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services ”Certification (NOV 2007) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services ”Requirements (FEB 2009) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - CCR (OCT 2003) 52.233-3 Protest after Award (AUG 1996) 52.237-1 Site Visit 52.237-2 52.252-1 52.252-2Protection Of Government Buildings, Equipment, And Vegetation Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 252.212-7000Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country Offeror Representations and Certifications ”Commercial Items (JUN 2005)DEC 2006 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984) 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) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (MAR 2008) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 252.243-7002 Request for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.223-7008 252.225-7000Prohibition of Hexavalent Chromium (MAY 2011) Buy American Act ”Balance of Payments Program Certificate (DEC 2009) 252.232-7010 Levies on Contract Payments (DEC 2006) The following clause is incorporated by full text; 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jordan Dorsey Contracting Officer NAVSUP, Fleet Logistics Center Norfolk 1968 Gilbert Street, Suite 600 Norfolk, VA 23511 Email: jordan.dorsey@navy.mil (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FLC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. 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 the 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 offerors must submit, as part of the original proposal, 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. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote 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. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the Navy WAWF Assistance Line: 1-877-251-9293. (2) WAWF Vendor śQuick Reference ť Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC ™s, must be entered for completion of the invoice in WAWF: Routing Table WAWF Invoice Type2-in-1 Contract Number TBD Delivery Order Number Issuing Office DODAACN00189 Admin Office DODAACN00189 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)TBD Acceptance At Other Local Processing Office (Certifier)TBD DCAA Office DODAAC (Used on Cost Voucher ™s only) Paying Office DODAACTBD Acceptor/COR Email AddressTBD (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole TBDTBDTBDTBD ATTACHMENTS ATTACHMENT 1 “ Performance Work Statement (PWS) (REVISED) ATTACHMENT 2 “ Quality Assurance Surveillance Plan (QASP) and Matrix ATTACHMENT 3 “ Contract Administration Plan (CAP) ATTACHMENT 4 “ Past Performance Information Form ATTACHMENT 5 “ Past Performance Report Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911TCRSL/listing.html)
 
Record
SN02567248-W 20110910/110909000053-81a48a56f7fe4b8bc09d32d31f0d9328 (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.