Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

J -- Routine and Depot Level Maintenance of Life Support System

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024414T0116
 
Response Due
7/25/2014
 
Archive Date
8/9/2014
 
Point of Contact
Jennifer Escalante 619-556-7738 Jennifer Escalante
 
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 FAR Part 12, Acquisition of Commercial Items. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Solicitation number is N00244-14-T-0116. The incorporated provisions and clauses are those in effect through FAR FAC 2005-72, Effective 30 Jan 2014 and DFARS Change Notice 20140428. This solicitation is issued as a Total Small Business Set-Aside. NAICS Code 811310, and business size is $7.0 M. The Government anticipates awarding a Firm-Fixed Price contract for routine and depot level maintenance of Explosive Ordinance Disposal Mobile Dive and Salvage Unit One Company ™s Dive Life Support System in accordance with attached Performance Work Statement (PWS) CLIN 00001 “ Services to be provided for the O-26D Compressors IAW the Navys Planned Maintenance System CLIN 00002 “ Services to be provided for the Bauer C-D/DV/NAVY IAW the Navys Planned Maintenance System CLIN 00003 “ Services to be provided for the Transportable Recompression Chamber IAW the Navys Planned Maintenance System: CLIN 00004 “ Services to be provided for the O-26D Compressor Diesel Engine IAW the Navys Planned Maintenance System: CLIN 00005 “ Services to be provided for the MK 3MOD 0 Light Weight Dive System IAW the Navys Planned Maintenance System: CLIN 00006 “ Services to be provided for the Fly Away Dive System III IAW the Navys Planned Maintenance System: CLIN 00007 “ Services to be provided for the Oxygen Regulating Console Assembly IAW the Navys Planned Maintenance System CLIN 00008 “ Services to be provided for SCUBA IAW the Navys Planned Maintenance System CLIN 00009 “ Services to be provided for Divers Life Support System Gauges IAW the Navys Planned Maintenance System CLIN 00010 “ Services to be provided for Diving Equipment Flexible Hoses IAW the Navys Planned Maintenance System CLIN 00011 “ Services to be provided for Diving Hose and Hose Leaders IAW the Navys Planned Maintenance System: DELIVERY TERMS: FOB Destination. ALL CLINs: Inspection and acceptance will be made at Destination by the Government. PERIOD OF PERFORMANCE: 25 July 2014 “ 24 October 2015 Method of Payment: Wide Area Work Flow (WAWF) to pay invoices. ALL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to jennifer.escalante@navy.mil and received no later than 09:00 AM PST on 24 July 2014. Questions received after this date and time may not allow for ample time to respond, and Offerors cannot be guaranteed a response will be issued. 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: https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/ It is the responsibility of the interested contractors to obtain copies of the necessary provisions and 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 provisions and clauses are applicable: 52.212-1 INSTRUCTIONS TO OFFERORS ”COMMERICAL ITEMS (JUN 2008) 1.0 GENERAL PROPOSAL INSTRUCTIONS The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation in accordance with FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process, price and other factors considered. Offerors shall prepare a quote as set forth below. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. Failure of a quote to comply with these instructions may be grounds for exclusion of the quote from further consideration. Quote shall include the following information: 1. Technical Capability 2. Past Performance 3. Pricing In addition the contractor shall provide the following: Completed Certifications and Representations (unless current ORCA information is adequate). Completed Certification under FAR Clause 52.222-48 Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. Quote s shall be submitted to the following e-mail address not later than time and date set forth on page 1 of the solicitation document. Fax copies will not be accepted. ELECTRONIC PROPOSAL SUBMISSION IS ACCEPTABLE: JENNIFER.ESCALANTE@NAVY.MIL Each Offeror must submit an offer (quote) in accordance with the instructions herein. When evaluating an Offeror, the Government will consider how well the Offeror complied with both the letter and spirit of these instructions. The Government will consider any failure on the part of an Offeror to comply with the letter and spirit of these instructions to be an indication of the type of conduct it can expect during contract performance. Therefore, Offerors are encouraged to contact the Contract Specialist at JENNIFER.ESCALANTE@NAVY.MIL to request an explanation of any aspect of these instructions. Clarity and completeness of the quote are of the utmost importance. The quote must be written in a practical, clear, and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. Quotes must be internally consistent or the quotes will be considered unrealistic and may be considered unacceptable. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror ™s best terms from both a price and technical standpoint. Alternate quotes are not authorized and will be rejected. The quote shall present evidence of the Offeror ™s understanding of the requirements and their interrelationships. The quote shall demonstrate the Offeror ™s familiarity with the detailed aspects of the requirements, and shall clearly show that the Offeror correctly interpreted all of the requirements. Responses must adequately address specific solicitation requirements. Statements such as the Offeror understands, and the Offeror shall/can comply, along with responses that paraphrase the RFP, are inadequate. The use of phrases such as standard practices (with a specific Government reference or industry reference) is unacceptable. Quotes submitted in response to this solicitation shall contain the information specified within this provision. Offerors are cautioned to not simply restate the Performance Work Statement in their technical proposal. At the Government ™s discretion, the Contractor ™s quote may be incorporated into the final award document. TECHNICAL OFFER TECHNICAL CAPABILITY The Technical Proposal shall be so specific and complete as to clearly demonstrate to the Government that the Offeror has a thorough comprehension of and capabilities to perform all aspects of the solicitation requirements as well as all other provisions of this solicitation. Statements of compliance (i.e., śunderstood ť: świll comply ť) without the detailed description of how compliance will be met may not be considered sufficient evidence that the quote requirements can be technically satisfied by the Offeror. The Offeror ™s Technical Capability, which represents the minimum technically acceptable criteria, is listed below: Minimum Technical Acceptability Criteria Any maintenance (excluding work on non-transportable compressors and air systems) shall be completed at a NAVSEA certified facility and all work must be accomplished in accordance with the instructions and directives listed in Section 4.0 of this PWS. Hydrostatic testing shall be accomplished by D.O.T. certified technicians capable of testing all types and sizes of cylinders using the water jacket method. The contractor shall perform 660 hydrostatic tests during the period of performance. All hydrostatic testing will have a 25 calendar day turnaround time upon contractor ™s receipt of gas flask or bottle. Scheduled maintenance of Bauer compressors shall be accomplished by a factory authorized Bauer Sales and Service Center factory certified to perform Depot Level Repairs on Bauer models O-26 and C-D/DV/NAVY Scheduled maintenance of the Haskel oxygen booster pumps manifold and the oxygen transfer pump assemblies shall be accomplished by a certified Haskel technician qualified on the MK-23 MOD-0 and MOD-1 models. Scheduled maintenance of the Transportable Recompression Chamber shall be accomplished by a certified technician knowledgeable of Navy Divers Life Support and ASME Pressure Vessels for Human Occupancy requirements. Oxygen cleaning shall be performed in a Class 100,000 clean room with daily particle counting in accordance with MIL-STD-1330D. Evidence of NAVSEA QA Audit relative to US Navy Diving Systems. Contractor shall comply with or exceed all applicable Navy, NAVSEA, and EOD certifications, Instruction Manuals, and other industry standards to ensure proper safety and operational maintenance is performed The Contractor shall comply with applicable OPNAV, NETC, OSHA and command safety instructions and standards governing these requirements. The Contractor shall maintain all employee qualification and certification records as required by these instructions. All certifications shall be current throughout the period of performance Contractor shall be able to transport and deliver equipment within two hours of being informed by EOD MDSCOto facilitate emergent repairs and meet operational requirements For non-emergent servicing and repairs, the Contractor shall transport and deliver equipment within three calendar days days of being informed by EOD MDSCO 2A. Contractor Responsibility Prior to award, a responsibility determination will be made in accordance with FAR 9.104-1 and will take into consideration the information submitted by the Offeror and information obtained from other sources. PAST PERFORMANCE PROVIDING SIMILAR SUPPORT SERVICES (a)Past Performance shall be evaluated based on the submission of past performance data supplied by the Offeror, the Government ™s verification of that data, (including information supplied separately by previous customers), and review of any other pertinent information. The Government may use past performance information obtained from other than the sources identified by the Offeror. (b)The Government shall evaluate the Offeror ™s past performance on the three most recent contracts for identical or similar items or directly related work performed within the past three years which is similar in scope, magnitude, and complexity to that detailed in the Performance Work Statement. Contracts listed may include those entered into with the Federal Government agencies of state and local governments, and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all critical personnel. The following information shall be furnished for each contract cited: (a)Contract Number (b)Contract Type (c)Date of Contract Award/Period of Performance (d)Total Contract Value (Including all options) (e)Project or Contract Title and description of requirement (f)Contracting Agency or firm (g)Procuring Contracting Officer*(include name, telephone number, fax number, and e-mail address) (h)Administrative Contracting Officer* if different from Procuring Contracting Officer (include name, telephone number, fax number and email address) (i)Program Manager or Contracting Officer ™s Representative (include name, telephone number, fax number and email address) *Or non-government official with similar duties (j)List information on problems (show cause, cure notice, termination, quality issues, defective pricing issues, etc.) encountered on the contract and the corrective action taken to resolve the problems. (k)Describe any quality awards or certifications that indicate that offeror possesses a high quality process for developing producing the product or service required. PRICING Pricing shall include detailed price breakdown with all supporting documentation. The pricing information shall support the technical offer. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) General Evaluation Factors 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. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with Offerors. Each initial offer should, therefore, contain the Offeror ™s best terms from both a price and technical standpoint. The following factors shall be used to evaluate offers: Factor I “ Technical Capability of the quote to meet the requirements of the Performance Work Statement and minimum technical qualifications. Factor II “ Past Performance of similar requirements. Factor III “ Price. (b) Minimum Technical Qualifications Offerors ™ proposals will be evaluated first under Factor I - Technical Capability above, which represents the minimum acceptable criteria. Under this factor, proposals will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. An acceptable offer is one that clearly meets the minimum requirements of the solicitation. An unacceptable rating will be assigned when the offer does not clearly meet the minimum requirements of the solicitation. If the technical offer fails to clearly meet any one of the requirements listed in this solicitation, it may be determined unacceptable in its entirety and therefore not considered further for award. Offerors shall address each of the minimum technical acceptability criteria listed in the table above. Technical capability will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable shall not be considered further for award. (c) Past Performance Only those offers which meet the minimum technical requirements required by Factor I will be further evaluated under Factor II “ Past Performance. Under this factor, the Government will rate past performance as either Acceptable, Neutral, or Unacceptable. Failure to receive a rating of Acceptable/Neutral for this factor shall render the entire proposal Unacceptable and the offer shall not be considered for award. Offerors ™ past performance information submitted, as required by the quote contents information set forth above, will be used to make a determination of whether the offeror has an acceptable record of past performance. An offer that receives a rating of acceptable on past performance is one that demonstrates little anticipated risk in the areas of performance of the Performance Work Statement, response times, availability of repair parts and customer satisfaction. Offerors should, therefore, provide performance history and references to demonstrate acceptable past performance for up to three prior similar contracts performed within the past three years. The definition of śacceptable ť, śunacceptable ť, and śneutral ť for Past Performance are: Acceptable: Previously awarded contracts consistently met contractual requirements or exhibited a trend of becoming adequate or better quality. Past performance record leads to an expectation of adequate performance. Previously awarded contracts met contractual requirements with some problems for which Offeror ™s corrective actions or proposed actions are expected to be satisfactory. Unacceptable: Consistently poor quality Past Performance. Past performance record leads to a strong expectation that acceptable performance will not be achieved. Previously awarded contracts did not met most contractual requirements and reflected serious problems for which Offeror either failed to identify or implement corrective actions, or for which the corrective actions were ineffective. Neutral: Applicable to past performance only. No relevant past performance available for evaluation. Offeror has asserted that it has no relevant, directly related or similar past performance experience. Proposal neither receives nor loses credit; however, Offeror with no relevant past performance history may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other Offerors. Further, the Government may take into account past performance information regarding predecessor companies and key personnel who may have relevant experience with other organizations. Such information should clearly state and identify the employee ™s role in that work effort and organizational structure. The Government may also consider the past performance information of subcontractors that will perform major or critical aspects of this solicitation ™s requirements when such information is relevant to the procurement. Finally, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available the Government will not evaluate the Offeror favorably or unfavorably on past performance. Such Offerors will receive a neutral rating for past performance. However, the proposal of an Offeror with no relevant past performance history, while rated neutral in past performance, may be considered an unacceptable risk to contract performance and therefore not competitive. Past Performance information should be provided on the Corporate Experience Past Performance Information Sheet provided below. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Therefore the contractor shall ensure that the point of contact, name, phone number, fax number and email address are current and accurate. (d) Price For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. Award will be made on the lowest evaluated price. FAR 52.204-7 -- System for Award Management. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Offeror Representation and Certifications-Commercial Items 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 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 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 52.222-48 Exemptions from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment “ Certification FAR 52.222-51 Exemptions from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment - Requirements FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-5 Pollution Prevention and right-to-know Information FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.232-33 Payment by Electronic Funds Transfer ” System for Award Management FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim. 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 FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2014 Appropriations. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American ”Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.246-7003 Notification of Potential Safety Issues DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.209-7995 Representation by Corporation Regarding an Unpaid Delinquent Tax 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. End of Clauses/Provisions. This announcement will close at 9:00 AM PST 25 July 2014. Submit offers via NECO or email to Jennifer Escalante who can be reached at email jennifer.escalante@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. ATTACHMENTS: 1. PWS 2. PAST PERFORMANCE WORKSHEET
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0116/listing.html)
 
Record
SN03433475-W 20140724/140722235247-e22f08c7bbb26eb0c63b4464689301aa (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.