Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
MODIFICATION

R -- Full time on-site non-personal services support of the Navy Experimental Diving Unit (NEDU), Panama City, FL for Technical Support Services

Notice Date
2/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A12R0005
 
Response Due
2/28/2012
 
Archive Date
3/14/2012
 
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 new 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-0005 is the only written solicitation which will be issued, unless amended. NAICS code 541519. The business size standard is $25.0 million. The Incumbent is QinetiQ North America. This acquisition is set aside for small business. The Navy Experimental Diving Unit (NEDU) has a requirement for full-time on-site non-personal services support of the Navy Experimental Diving Unit (NEDU), Panama City, FL for Technical support services in support of Biomedical Department, Deep Submergence Department, Executive, Administration, Projects and Medical Departments. All requirements are in accordance with the requirements of the attached Statement of Work. The offeror shall provide a firm fixed price labor hour to include all labor in accordance with the specifications listed in attached SOW. The cost proposal shall be in the following format. Management and administrative costs must be identified if proposed. Period of Performance Base Year: 26 Apr 2012 through 25 Apr 2013. Option Year: 26 Apr 2013 through 25 Apr 2014. CLIN 0001 Biomedical Department Technical Support Base Year (40 hours per week) Labor Category: _______________________________: CLIN 000101 Regular Hours #_____________Hours @$_______/Hour = $ _____________________ CLIN 0002 Deep Submergence Department Technical Support Base Year (35 hours per week) Labor Category: _______________________________: CLIN 000201 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0003 Executive, Administration, Projects and Medical Departments Technical Support Base Year (40 hours per week) Labor Category: _______________________________: CLIN 000301 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0004 Travel Estimated @ $10,000.00 CLIN 0005 Biomedical Department Technical Support Option Year (40 hours per week) Labor Category: _______________________________: CLIN 000501 Regular Hours #_____________Hours @$_______/Hour = $ _____________________ CLIN 0006 Deep Submergence Department Technical Support Option Year (35 hours per week) Labor Category: _______________________________: CLIN 000601 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0007 Executive, Administration, Projects and Medical Departments Technical Support Option Year (40 hours per week) Labor Category: _______________________________: CLIN 000701 Regular Hours #_________Hours @$________/Hour = $____________________ CLIN 0008 Travel Estimated @ $10,000.00 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 specifications in accordance with the SOW. 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 SOW, Section 5. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) 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 price hourly rates, in the above format, identifying the labor categories and man-hours proposed for each. Management and administrative costs must be identified. The Government will make a best value determination based on these factors. 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. AS A MINIMUM, OFFERS SHALL INCLUDE: (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. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS provisions/clauses apply to this acquisition: 52.203-3 “ Gratuities 52.203-6 Alt 1 “ Restrictions on Subcontractor Sales to the Government FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.217-5 “ Evaluation of Options FAR 52.217-8 “ Option to Extend Services FAR 52.217-9 “ Option to Extend the Term of the Contract FAR 52.219-6 - Notice of Total Small Business Set Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 “ Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-43 “ Fair Labor Standards Act and Service Contract Act “ Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Insert: http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.209-7001 “ Disclosure of ownership or control by the government of a terrorist country DFARS 252.212-7000 - Offeror Representations and Certifications-Commercial Items Applicable to Defense Acquisitions of Commercial Items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7993 “ Prohibition on Contracting with the Enemy in the United States Central Command Theater of Operation (DEVIATION 2012-O0005) DFARS 252.225-7994 “ Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations (DEVIATION 2012-O0005) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications Questions must be received no later than 2:00 p.m. CST on 14 Feb 2012. Offers must be received no later than 2:00 p.m. CST on 28 Feb 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/N0463A12R0005/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, Florida
Zip Code: 32407
 
Record
SN02672101-W 20120211/120210114520-82daa2fd5f4b72f396f82ecdbff93681 (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.