Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

S -- SATELLITE TELEVISION SERVICE

Notice Date
2/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0095
 
Response Due
2/16/2012
 
Archive Date
3/2/2012
 
Point of Contact
ISABELITO M CABANA 619-532-2557 LSCS (SW/AW) ARCHIMEDES F. JUSAYAN
 
E-Mail Address
T
 
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 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 N00244-12-T-0095. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20111220. 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 515210 and the Small Business Standard is $15M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: 0001 Television Service - Satellite “ see Statement of Work (attached) 0001AA One year Television Service “ Business programming 0001BB Infrastructure: Cable/Dish/Receivers 0002 Option Yr 1 “ Television Service 0003 Option Yr 2 “ Television Service 0004 Option Yr 3 “ Television Service 0005 Option Yr 4 “ Television Service Period of performance is for 12 months from basic contract award date and 4 Option Years; Delivery Location is Assault Craft Unit Five, MCB Camp Pendleton, CA 92055-5161. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-37, Employment Reports on Veterans; 52.223-18, Texting and Driving; 52.225-3, Buy American Act; 52.232-18, Availability of Funds, and 52.232-33, Payment by Electronic Funds Transfer. Quoters shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 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 and Balance of Payment Program; and 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. This announcement will close at 3 pm on 16 February 2012. Offerors may submit offer to Mr Isabelito M. Cabana via email isabelito.cabana@navy.mil. Offer shall not exceed ten (10) pages. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation of offers: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technical capability, and past performance. Technical capability in combination with past performance is approximately equal to price. Past Performance: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. 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. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Government intends to award a single Firm Fixed Price contract to winning offer under SAP FAR 12.6. If price cannot be guaranteed for second and succeeding option years, contract may be awarded as FP-PPR under FAR 16.205 Fixed-price contracts with prospective price redetermination. 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 price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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/200/N0024412T0095/listing.html)
 
Place of Performance
Address: ASSAULT CRAFT UNIT FIVE
Zip Code: MARINE CORPS BASE, CAMP PENDLETON, CA
 
Record
SN02668911-W 20120209/120207234523-cbaa8c7987b83ae1785cf38ef382304b (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.