Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

R -- 707-Contract, Procurement and Acquisition Support Services

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
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
N0024415T0276
 
Response Due
9/16/2015
 
Archive Date
9/23/2015
 
Point of Contact
Jeff Schroeder 619-556-7952
 
E-Mail Address
jeffrey.schroeder@navy.mil
(jeffrey.schroeder@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items - FAR 13, 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 N00244-15-T-0276. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83, Effective 03 Aug 2015 and DFARS Change Notice 20150826. 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 this address: http://farsite.hill.af.mil/. NAICS Code 561210, Facilities Support Services is applicable and business size is $38.5M. This solicitation is 100% set aside for Small Business. The NAVSUP Fleet Logistics Center San Diego requests responses from business concerns capable of providing: CLIN 00001 Material Liaison Office (MLO)Operations and Management support in accordance with the attached Statement of Work (SOW). TERMS AND CONDITIONS: 1) Quotes: All or Nothing 2) Period of Performance: 01 October 2015 - 30 September 2016; 3) DELIVERY TERMS: FOB Destination 4) Place of Performance: Naval Construction Group ONE, 1991 Pacific Road, Bldgs. 375 and 1158, Port Hueneme, California, 93043-4301 5) Payment: Wide Area Work Flow (WAWF) 6) Contract Award: It is intended to award a single Firm Fixed Price Contract to offeror that is evaluated lowest price technically acceptable offer. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-41; 52.222-42; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.222-17 Nondisplacement of Qualified Workers. 52.222-55 -- Minimum Wages Under Executive Order 13658. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.239-1 Privacy or Security Safeguards (AUG1996) 52.247-34 F.o.b. Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.201-7000 Contracting Officer Representative 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.246-7000 Material Inspection and Receiving Report 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013) 5252.237-9400 SUBSTITUTION OR ADDITION OF PERSONNEL (JAN 1992) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits 21410 - Warehouse Specialist$18.51 (End of clause) EMCRA CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the MLO Support via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. 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. ---------------------------------------------------------- FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (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. (i) Technical Approach The Offeror shall provide a narrative explanation of its general understanding of, the methodology and ability to perform all tasks listed in the PWS. The technical approach should demonstrate that the Offeror understands the PWS and can accomplish the specified work in a technically competent, timely, cost effective manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes and methods the Offeror will use to meet each requirement stated in the PWS. The technical approach is not to be a restatement of the information contained in the PWS. (ii) Resumes The Offeror must clearly identify whom the Offeror proposes to assign to the contract. Warehouse Specialist labor category is anticipated to be required on a full time basis. The contractor shall provide only personnel fully qualified and competent to perform the scope of effort set for the herein. The successful contractor s proposed education and experience of key personnel shall become the performance standard for the contract. The resumes shall address the knowledge, skills, education and experience described in the PWS. Offer shall identify if personnel are currently on the Offerors payroll or have been offered and have accepted employment contingent on award of this contract. If a proposed personnel is not currently on the contractor or subcontractors payroll, the Offeror shall provide a signed and dated Letter of Intent with the individuals resume. Warehouse Specialist; Key Person Experience Requirements: -- Must have recent, in-depth, long-term background in Seabee Construction Project Management, with a history of working with the Project Material Management (PMM) system or equivalent database. -- Must have recent, in-depth, long-term experience in utilizing construction project management in an operational and/or training environment. -- Must have recent in-depth knowledge and experience in:. typing/keyboarding, organizing, and Microsoft Office Professional applications including Word, Excel, PowerPoint and other applicable programs.. teaching, public speaking, typing/keyboarding, organizing, Microsoft Office Professional applications, mainframe and LAN computing operations, analyzing problems and flowcharts. Note: Extensive experience is considered recent experience at a high functioning level with no supervision. Recent experience is considered experience within the last 5 years. Resume should not exceed three pages in length and shall provide the following information: --Name; --Present place of employment (if contingent hire, so note); --Security clearance; --Proposed labor category; --Experience and educational background; --Unique skills, specific experience, and accomplishments that are directly applicable to the PWS; Qualifications and experience of the proposed individual should be appropriate to the proposed labor category. The number of years of program related experience shall be clearly shown in the resume and the experience shall be adequately described. The Government will enjoy discretion in determining whether the resumes properly demonstrate the knowledge, skills and experience levels required to meet the PWS requirements. Care should be taken to explain how any experience relates to the key position. Merely stating years of experience, or where the proposed personnel worked, will not be sufficient. Each resume should be detailed work experience and affirmatively demonstrate how it relates to the PWS. (iii) PRICE (b) Factors (i) and (ii) represent MINIMUM acceptable criteria. Offerors technical information and resume will be used to determine whether the services proposed meet the specifications included in this solicitation. Services offered, as provided in Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable will not be considered further for award. Offerors must be rated technically Acceptable for Factors (i) and (ii) listed above to receive an overall technically Acceptable and in order to be evaluated for Factor (iii) Price. Failure to meet technically acceptable standards in Factors (i) and (ii) may result in a finding of technically Unacceptable and will not be considered for award. Note: The estimated level-of-effort of 1,920 regular hours and 115 overtime hours will be used for comparison purposes during proposal evaluation. (c) Factor (iii) PRICE. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. Price analysis, if needed, will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offer. All price spreadsheets must be in MS Excel format and not in.pdf or read-only format. The use of macro commands is neither desired nor encouraged. Contractor cost spreadsheets are to be included in one work file to alleviate the need to combine, add, or transfer data from different work files. Excel files shall include equations used for calculations. Offerors shall provide sufficiently detailed information to make a determination on the cost realism and reasonableness of the proposed prices. --------------------------------------------------------------------------------------------------------------- This combined synopsis/solicitation will close at 12:00 (noon) pm PST on Wednesday, 16 September 2015. Submit quote and technical proposal via email to jeffrey.schroeder@navy.mil using subject line: RFQ N0024415T0276 MLO Support Service. All responsible sources may submit a quote, technical narrative and resume which will 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/. All quotes shall include price(s), a point of contact, name and phone number, business size, and CAGE Code. 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/N0024415T0276/listing.html)
 
Place of Performance
Address: Naval Construction Group ONE, 1991 Pacific Road, Bldgs. 375, and 1158, Port Hueneme, CA
Zip Code: 93043
 
Record
SN03880720-W 20150912/150911000655-b1fc3e14b20274392d8fafe2cad326b5 (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.