Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

R -- Cook Chill Facility site Survey - PWS - Cover Sheet

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-17-Q-0022-0001
 
Archive Date
8/29/2017
 
Point of Contact
Robert F. Siewert, Phone: 3126458540
 
E-Mail Address
robert.siewert@usmc.mil
(robert.siewert@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Cover Sheet Performance Work Statement This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-17-Q-0022 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Regulation Supplement Public Notice #20161222. This procurement is not a small business set-aside. This is an OCONUS requirement: FAR 19.000(b) applies. The Government intends on issuing a single order to the quoter whose quote is most advantageous to the Government and meets all criteria in this solicitation and Performance Work Statement (PWS) In accordance with the attached PWS, the Government is soliciting for inspection, calibration, and repair of the cook-chill facility in Okinawa, Japan. All services, as annotated in the attached PWS, awarded as a result of this RFQ are expected to commence no later than the date specified in the contract award and the PWS. All Quoters shall submit a technical proposal and a price quotation. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separate volumes. Quoters must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. Quotations are limited to a maximum of 10 pages per Volume. Quoters shall submit one electronic file for the price proposal and two electronic files for the technical proposal. One version of the technical proposal shall be redacted. Volume I - Price Quotation This volume of the quotation shall consist of pricing for all contract requirements. Volume II - Technical Proposal This volume shall contain the Overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The quoter shall provide responses which address each of the requirements as listed in the Performance Work Statement. Detailed responses to each of these requirements shall provide an explanation indicating quoter's ability and proposed methodology to be utilized to meet each requirement. Responses shall not be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks presented in the Performance Work Statement. This volume shall also contain proof of certification. Technical Proposal shall be practical, legible, clear, and coherent. In order for the evaluation to be accomplished strictly on the merit of the material submitted, no prices shall be included in technical proposals. General statements that the quoter can comply with the requirements will not, by themselves, be adequate. Volume III - Past Performance This volume shall contain the past performance information of at least three previous contracts that are both relevant and recent. Relevancy is defined as any contract that was performed for the exact or similar service. Recency is defined as any contract performed within the last three (3) years. The following factors will be considered, in order of precedence, when evaluating all quotes received: Price, Technical Approach, Technicians experience and/or certifications. Non-price factors combined are less important than price. Volume I - Price Quotation will be ranked based on price from low to high. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Volume II - Technical Proposal will be evaluated based off all evaluation criteria taking into consideration the tradeoff process. Technical Criteria Ratings - Rating definition Acceptable - Technical Proposal clearly demonstrates the ability to meet the requirements of the Performance Work Statement and provides proof of experience and/or instructor credentials. Unacceptable - Technical Proposal fails to demonstrate the ability to meet the requirements of the Performance Work Statement and/or fails to provide proof of experience and/or instructor credentials. Volume III - Past Performance will be rated using the ratings of acceptable, unacceptable, and neutral. Past Performance Criteria Ratings - Rating definition Acceptable - Quoter provides three (3) or more previous contracts that are both relevant and recent. Unacceptable - Quoter fails to provide at least three (3) previous contracts that are both relevant and recent. Neutral - In the event that a quoter does not have any Past Performance records, it shall be stated in Volume III and the quoter will receive a neutral rating. A neutral rating shall be treated as such and not negatively impact the overall evaluation of any responsive quoter. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. The following provisions and clauses apply to this acquisition: FAR 52.204-2 Security Requirements, FAR 52.204-3 Taxpayer Identification, FAR 52.204-6 Data Universal Numbering System Number, FAR 52.204-7 System for Award Management, FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontractor Awards, FAR 52.204-12 Data Universal Numbering System Number Maintenance, FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.212-1 Instructions to Offerors -- Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving, FAR 52.232-33 Payment by Electronic Funds Transfer, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials, DFARS 252.204-7003 Control Of Government Personnel Work Product, DFARS 252.204-7008 (Dev), Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting, DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items, DFARS 252.222-7002 Compliance With Local Labor Laws(Overseas), DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.233-7001 Choice of Law (Overseas), DFARS 252.243-7001 Pricing of Contract Modifications Responsible Quoters Shall be active in the System for Award Management Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to robert.siewert@usmc.mil NLT 1800 EST on 13 August 2017. Quoters shall submit their response to this RFQ via email to robert.siewert@usmc.mil NLT 1800 EST on 14 August 2017. Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT than the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-17-Q-0022-0001/listing.html)
 
Record
SN04619509-W 20170810/170808233819-ad5673d64700ca6c60eb970519deb79d (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.