Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

A -- Full-time on-site non-personal services support to support research and development of procedures to alleviate decompression problems in diving, submarine, sea, air, and land environments.

Notice Date
1/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A12R0006
 
Response Due
2/23/2012
 
Archive Date
3/9/2012
 
Point of Contact
Melissa Sanders 850-230-3266 Corey Rezner
 
E-Mail Address
rezner@navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This request for proposal N0463A-12-R-0006 is the only written solicitation which will be issued, unless amended. The North American Industry Classification System (NAICS) is 541712. The size standard associated with this code is 500 employees. This acquisition is set aside for small business. The Incumbent: CACI Inc. Federal 14370 Newsbrook Dr. Chantilly, VA 20151-4206 Contact number N0463A-10-F-0004 The Navy Experimental Diving Unit (NEDU) has a requirement for full-time on-site non-personal services support of the Navy Experiments Diving Unit (NEDU), Panama City, FL to support research and development of procedures to alleviate decompression problems in diving, submarine, sea, air, and land environments. All requirements are in accordance with the requirements of the attached Statement of Work (SOW). The offeror shall provide a firm fixed price labor hour to include all labor in accordance with the specifications listed in attached SOW. The cost proposal shall be in the following format. Management and administrative costs must be identified if proposed. Period of Performance Base Year: 19 Mar 2012 through 18 Mar 2013. Option Year: 19 Mar 2013 through 18 Mar 2014. CLIN 0001 “ Decompression Software Support, Labor Category: _______________________________: CLIN 000101 Regular Hours #_____________Hours @$_______/Hour = $ _____________________ CLIN 0002 “ Travel is estimated at $4,000.00 CLIN 0003 “ Decompression Software Support, Option Year 1, Labor Category: _______________________________: CLIN 000301 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0004- Travel is estimated at $4,000.00 CLIN 0005 “ Technical Data per Attached Contract Data Requirements List is not separately priced. Grand Total for All CLINs = $_________________ The following provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications “Commercial Items; 52.212-4, Contract Terms and Conditions ”Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet task requirements. Offerors shall provide resumes and a staffing plan identifying proposed key personnel. Fully describe the qualifications of the proposed key personnel addressing each requirement of the Statement of Work, Section 4. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 “Price “Offeror shall provide firm fixed pricing of CLINs 0001 and 0003 identifying the labor categories and man-hours proposed. Management and administrative costs must be identified. CLIN 0002 and CLIN 0004 for travel is estimated cost reimbursable amount of $4,000 each. CLIN 0005 for technical data is not separately priced. The clause FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.217-5, 52.217-8, 52.217-9, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.232-33, 52.203-3, and 252.203-7000, 252.212-7001, 252.209-7001, 252.232-7003, and 252.232.7010. The Government will make a best value determination based on these factors. 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. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. A complete offer will consist of (1) request for proposal number; (2) offeror ™s name, address, point of contact, phone and e-mail address; (3) offeror ™s DUN ™s number, CAGE code and TIN number; (4) documentation that shows the offeror ™s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) completed copies of FAR 52.212-3; and (6) resumes and staffing plan identifying proposed key personnel and fully describing the qualifications of the propose key personnel, addressing each requirement of the SOW; (7) narrative addressing how the offereor will achieve the requirements listed in the SOW and combined synopsis solicitation; (8) past performance data (9) firm fixed price labor hour proposal in the above format; and (10) signature on the page that lists the price. Questions must be received no later than 2:00 p.m. CST on February 8, 2012. Offers must be received no later than 2:00 p.m. CST on February 23, 2012. Send questions and electronic proposals to Melissa Sanders at melissa.sanders@navy.mil AND Corey Rezner at corey.rezner@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Melissa Sanders, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407. Telephone inquiries will not be accepted. All inquiries must be submitted by email to the above listed personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A12R0006/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, Florida
Zip Code: 32407
 
Record
SN02660775-W 20120127/120125234428-ddc99d3f63f644c74c0614776f5e5a57 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.