Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

N -- INSTALL VENTILATION SYSTEM IN SHOOTHOUSE - PWS

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92244-18-T-0072
 
Archive Date
4/7/2018
 
Point of Contact
Tina Ford, Phone: 757-862-9468
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Performance Work Statement This is a solicitation for Commercial services in accordance with the format prescribed in Subpart 12.6, utilizing simplified acquisition procedures. This announcement constitutes the only solicitation; A quote is requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-18-T-0072, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 01 Jan 2018, and DFARS 20171228. This procurement is 100% small business set aside and the associated North American Industry Classification System (NAICS) code is 333413 with a business size standard of 500 employees. Description of Requirement: Naval Special Warfare (NSW) has a requirement for a ventilation system to be installed in a shoot house, this building is constructed of ½" AR-500 steel wall panels that are faced with 2" thick ballistic rubber panels. See the Performance Work Statement (PWS) for additional information. CLIN 0001 Installation of a Ventilation System in a Portable Shoot house Work to be complete by 27 April 2018 In accordance with the PWS Qty 1 Group Place of Performance: Virginia Beach, VA Site visit is required and scheduled on 15 March 2018 at 1:30 p.m. EST. All interested parties shall be registered in SAM.gov and shall provide their cage code as well as the following information : name, company name, social security number, date of birth, place of birth, by 9 March 2018 at 11 a.m. EST to Tina Ford via email at tina.ford@vb.socom.mil, please call 757-862-9468 to confirm receipt of your visitor request information. EVALUATION CRITERIA FAR 52.212-2 Evaluation -Commercial Items Oct 2014 (a) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote conforming to this RFQ will be most the advantageous to the Government, price and other factors considered. The Government will evaluate quotes on a lowest price technically acceptable (LPTA) basis. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable either initially or as a result of discussions, will be considered for award. Then price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluation price. The award will be made to the offeror with the lowest evaluated price and which meets the acceptability standards for non-cost factors. Note: The term "technical", as used herein, refers to non-price factors. The following factors shall be used to evaluate the proposed vendor's quote: (1) Technical Capability (2) Past Performance (3) Price (b) Evaluation Methodology: The two categories for evaluation, Technical and Past Performance, will be evaluated equal to each other. No one category is of greater importance. Once an acceptable rating for those two factors have been met, price will be evaluation. (c) Non-Price Factors: (1) Factor I - Technical Capability: The quote will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the PWS. The quote demonstrates that the offeror's methods and approach in meeting the tasks is practicable and presents a clear understanding of the scope and magnitude of the requirement. Mere acknowledgment or restatement of a requirement or task is not acceptable and the offeror is cautioned that "parroting" of the technical requirements or the PWS with a statement of intent to perform does not reflect an understanding of the requirements or capability to perform. Using the ratings and descriptions outlined in the following table, the Government will determine whether the Offeror's quote is "Acceptable" or "Unacceptable". Rating Definition Acceptable Quote clearly meets the minimum requirements of the RFQ. Unacceptable Quote does not clearly meet the minimum requirements of the RFQ. (2) Factor II - Past Performance: The past performance evaluation results in an assessment of the offeror's probability of meeting the minimum past performance RFQ requirements. The assessment is based on the offeror's record of recent and relevant past performance information that pertains to the services outlined in the RFQ requirements. There are two aspects to the past performance evaluation. The first is to evaluate whether the offeror's present/past performance is relevant or not relevant to this procurement effort. The second aspect of the evaluation is to determine how well the Offeror performed the relevant contracts. The offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. For purposes of this evaluation, recent is defined as contracts performed within the past four (4) years from the issuance date of the RFQ. The Government may use data provided by the offeror in its quote and data obtained from other sources, including data in Government files or data obtained through interviews with personnel familiar with the contractor and their current and past performance under Federal, State or Local government or commercial contracts for same or similar services as compared to the North American Industry Classification System (NAICS). Past Performance will be rated on an "Acceptable" or "Unacceptable" basis using the following ratings. Rating Definition Acceptable Based on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort. Unacceptable Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will successfully perform the required effort. (d) Factor III - Price: Price will be evaluated on the basis of price reasonableness. Price reasonableness pertains to the offeror's ability to project price which realistic and indicates that the offeror understands the nature and scope of the work to be performed. All prices will be determined fair and reasonable through price analysis. (d) 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. Section I - Clauses Following Clauses and Provision applies to this procurement. FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-18 CAGE Maintenance Jul 2016 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation Nov 2015 FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 14) Nov 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) Jan 2018 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Equal Opportunity For Workers With Disabilities Jul 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment May 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.222-55 Minimum Wage Under EO 13658 Dec 2015 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2017 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications Oct 2015 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-1 Site Visit Apr 1984 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 In compliance with the Service Contract Labor Standards statute 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 Class Monetary Wage -- Fringe Benefits 30081 Engineering Technician I FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acqnet.gov.far FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, they are to indicate that in the quote, there is no need to complete these provisions again for this solicitation. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252-204-7000 Disclosure of Information Oct 2016 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7012 Safeguarding Covered Defense Information & Cyber Incident Reporting Oct 2016 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS 252.225-7048 Export - Controlled Items Jun 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Jun 2013 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea BASIC Apr 2014 The following SOFARS provision and clauses apply to this acquisition SOFARS 5652.204-9004 Foreign Persons Jan 2006 In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): (1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume: SOFARS 5652.232-9003 Paying Office Instructions (2011) Section G (Revised September 2011) (a) Payment to the contractor shall be sent to the following address: Identified in Block 17a of Standard Form 1449. (b) Special Payment Instructions: Payment will be made by the office designated in Block 18a on the Standard Form 1449 or otherwise designated paying office. SOFARS 5652.233-9000 Independent Review for Agency Protests Jan 2013 All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d) (4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504. ----- end clauses-------- INFORMATION USE The contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, the contractor is prohibited from using any Naval Special Warfare Command logos and /or other trademarked identifiers in any way without first receiving a specific license to do so. Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any information related to this contract shall be made without specific written authorization by the Contracting Office, other than that required for performance of the requirement. 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. Quotes must be received no later than 3:00 PM. Eastern Standard Time (EST) on 23 March 2018. 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 System for Award Management Registration (SAM) website at http://www.sam.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: Tina Ford, 472 Polaris Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Tina Ford at tina.ford@vb.socom.mil or phone (757) 862-9468 or fax to (757) 862-9478 Attachment 1: PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92244-18-T-0072/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN04846068-W 20180309/180307231552-424928c13aa81a1055b5ff8290566a1d (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.