Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

J -- Blast and Paint Jet Blast Deflectors

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, Regional Contracts Dept (Code 200), 3985 CUMMINGS ROAD, BUILDING 116 - 3RD FLOOR, San Diego, California, 92136-4200, United States
 
ZIP Code
92136-4200
 
Solicitation Number
N00244-13-T-0208
 
Archive Date
9/6/2013
 
Point of Contact
Kimberly F. Rieder, Phone: 6195565239
 
E-Mail Address
kimberly.rieder@navy.mil
(kimberly.rieder@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-13-T-0208. The RFQ and incorporated provisions and clauses are those in effect through FAR Fac 2005-69, Effective 01 Aug 2013 and DFARS-DPN 20130808. This solicitation is issued as a Total Small Business Set-Aside. NAICS Code 325510 Paint and Coating Manufacturing is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: Blast and paint twelve (12) each jet blast deflectors (JBD) panels in accordance with the attached statement of work. Each JBD is 6ft x 14ft x 8 inches and weighs 2,000lbs. Services shall be performed at the contractor's facility. FOB Destination. However, the government reserves the right to deliver and pick up the JBDs from contractors facility. Inspection and acceptance will be made at Destination by the Government. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing to the Purchasing Agent via email: kimberly.rieder@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to kimberly.rieder@navy.mil received no later than COB 5:00PM (PST) on August 20, 2013. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible Quoting Contractor's whose quote 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. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (iii) PRICE Quotes will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, quotes will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the quote to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those quotes which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those quotes determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is equally important as Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with quoting contractors. Each initial offer should, therefore contain the quoting contractor's best terms from both a price and technical standpoint. (b) By submitting a signed quote under this solicitation, Contractors assert that it is technically capable of performing the specification/statement of work and all aspects of this contract. The contracting officer will validate quoting contractors technical capability to perform by verifying that the quoting contractor has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, quotes will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the quote to be unacceptable and to not be considered for award. (c) Quoting Contractor's PAST PERFORMANCE information submitted as required, will be used to make a determination of whether the quoting contractor has a satisfactory record of past performance. Quoting Contractor's should, therefore, provide performance history and references to demonstrate satisfactory performance for up to THREE prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the forms provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Quoting Contractor's which lack relevant past performance history will receive a neutral rating for this factor. Any quote which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other quotes. The Contracting Officer will evaluate Quoting Contractor's PAST PERFORMANCE as follows: SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the quoting contractor's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the quoting contractor's past performance. NEUTRAL: No relevant past performance available for evaluation. Quoting contractor has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. (e) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoting contractor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a "fill-in." All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Re-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 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.232-18 Availability of Funds FAR 52.233-4 Applicable Law for Breach of Contract claim. FAR 52.245-1 Government Property FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.243-7001 Pricing Of Contract Modifications REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2057 Diane C. Koplewski Division of | Revision No.: 14 Director Wage Determinations| Date Of Revision: 06/19/2013 _______________________________________|____________________________________________ State: California Area: California Counties of Imperial, San Diego REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Quoting contractor's should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Offeror's Past Performance Data: 1. This performance data is to be used to evaluate your Company's past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Offeror's Past Performance Data: 1. This performance data is to be used to evaluate your Company's past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Offeror's Past Performance Data: 1. This performance data is to be used to evaluate your Company's past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. End of Clauses/Provisions. Quotation information may be submitted via email. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-13-T-0208 on all documents and requests for information. Quotes must be received no later than COB 1900 (PST) on August 22, 2013. STATEMENT OF WORK Vender to Blast, Wire Spray, Prime and Paint JBD Panels 12 each. 1. ALUMINUM OXIDE BLAST 2. WIRE SPRAY LONG SIDES 3. COAT WIRE SPRAY AREA WITH METCO SA SEALANT 4. PRIME WTH FORMULA 150 5. PAINT WITH MINIMUM OF 2 COATS OF FORMULA 151 WHITE 6. DO NOT APPLY TOP COAT TO SIDEPLATE CUTOUTS, APPLY PRIMER ONLY (P/N 626145) 7. DO NOT APPLY TOP COAT TO TOP SURFACE OF PANEL, PRIMER ONLY SHALL BE APPLIED (ALL PANELS) 8. PAINT CAUTION STRIPS ON THE EDGES References (Available by email request): Work shall be performed IAW references. MPR 1221 EPOXY PAINT FINISH 32 MPR 1222 FLAME SPRAYED ALUMINUM MPR 1223 ABRASIVE BLAST PREPARATIONS NAVAIR DRAWING 616846 NAVAIR DRAWING 617018 VISUAL LANDING AIDS GENERAL SERVICE BULLETIN NO. 8, REQUIRED COMPLETION DATE: 1 October 2013 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the sailboat repairs via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-13-T-0208/listing.html)
 
Record
SN03150899-W 20130817/130816000101-1fde6a9749bc572b1bab947e42ec3f5e (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.