Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

69 -- 3-D TARGETS - Section

Notice Date
3/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0124
 
Archive Date
4/7/2012
 
Point of Contact
Josephine Ocampo, Phone: 757-893-2797
 
E-Mail Address
josephine.ocampo@vb.socom.mil
(josephine.ocampo@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0124, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 2 Feb'12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 3-D Target torsos molded and painted (see SOW Part B.2.1 for description) Qty - 50 ea CLIN 0002 3-D Target torsos molded and painted (see SOW Part B.2.2 for description) Qty - 50 ea CLIN 0003 3-D Target torsos molded and painted (see SOW Part B.2.3 for description) Qty - 50 ea CLIN 0004 3-D Target torsos molded and painted (see SOW Part B.2.4 for description) Qty - 50 ea CLIN 0005 3-D Target torsos molded and painted (see SOW Part B.2.5 for description) Qty - 50 ea CLIN 0006 3-D Target torsos molded and painted (see SOW Part B.2.6 for description) Qty - 50 ea CLIN 0007 3-D Target torsos molded and painted (see SOW Part B.2.7 for description) Qty - 50 ea CLIN 0008 3-D Target torsos molded and painted (see SOW Part B.2.8 for description) Qty - 50 ea CLIN 1001 3-D Target torsos molded and painted (see SOW Part B.2.1 for description) Qty - 50 ea Option CLIN 2001 3-D Target torsos molded and painted (see SOW Part B.2.2 for description) Qty - 50 ea Option CLIN 3001 3-D Target torsos molded and painted (see SOW Part B.2.3 for description) Qty - 50 ea Option CLIN 4001 3-D Target torsos molded and painted (see SOW Part B.2.4 for description) Qty - 50 ea Option CLIN 5001 3-D Target torsos molded and painted (see SOW Part B.2.5 for description) Qty - 50 ea Option CLIN 6001 3-D Target torsos molded and painted (see SOW Part B.2.6 for description) Qty - 50 ea Option CLIN 7001 3-D Target torsos molded and painted (see SOW Part B.2.7 for description) Qty - 50 ea Option CLIN 8001 3-D Target torsos molded and painted (see SOW Part B.2.8 for description) Qty - 50 ea Option CLIN 1002 3-D Target torsos molded and painted (see SOW Part B.2.1 for description) Qty - 50 ea Option CLIN 2002 3-D Target torsos molded and painted (see SOW Part B.2.2 for description) Qty - 50 ea Option CLIN 3002 3-D Target torsos molded and painted (see SOW Part B.2.3 for description) Qty - 50 ea Option CLIN 4002 3-D Target torsos molded and painted (see SOW Part B.2.4 for description) Qty - 50 ea Option CLIN 5002 3-D Target torsos molded and painted (see SOW Part B.2.5 for description) Qty - 50 ea Option CLIN 6002 3-D Target torsos molded and painted (see SOW Part B.2.6 for description) Qty - 50 ea Option CLIN 7002 3-D Target torsos molded and painted (see SOW Part B.2.7 for description) Qty - 50 ea Option CLIN 8002 3-D Target torsos molded and painted (see SOW Part B.2.8 for description) Qty - 50 ea Option CLIN 1003 3-D Target torsos molded and painted (see SOW Part B.2.1 for description) Qty - 50 ea Option CLIN 2003 3-D Target torsos molded and painted (see SOW Part B.2.2 for description) Qty - 50 ea Option CLIN 3003 3-D Target torsos molded and painted (see SOW Part B.2.3 for description) Qty - 50 ea Option CLIN 4003 3-D Target torsos molded and painted (see SOW Part B.2.4 for description) Qty - 50 ea Option CLIN 5003 3-D Target torsos molded and painted (see SOW Part B.2.5 for description) Qty - 50 ea Option CLIN 6003 3-D Target torsos molded and painted (see SOW Part B.2.6 for description) Qty - 50 ea Option CLIN 7003 3-D Target torsos molded and painted (see SOW Part B.2.7 for description) Qty - 50 ea Option CLIN 8003 3-D Target torsos molded and painted (see SOW Part B.2.8 for description) Qty - 50 ea Option F O B Destination Sectiion C Statement of Work See attached Statement of Work. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun 2011 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide specifications, drawings/pictures of the proposed targets. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. 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(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Feb 2012 FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 23 Mar'12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0124/listing.html)
 
Place of Performance
Address: 1636 Regulus Ave, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02688128-W 20120304/120302235023-7c4aaec27889f328af911d0807617007 (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.