Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2009 FBO #2762
SOLICITATION NOTICE

U -- Environmental Awareness Training System (EATS)

Notice Date
6/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009Q2014
 
Response Due
7/2/2009
 
Archive Date
8/17/2009
 
Point of Contact
Jen McDonald 757-322-8154
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and 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 solicitation number is N62470-09-Q-2014 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090115. 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 these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611430 and the Small Business Standard is $7M. The proposed contract is 100% set aside for small business concerns. This solicitation will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a minimum guarantee of $100,000.00 that will be satisfied by issuance of the first task order. The quantities listed in the Price Schedule (Attachment II) are estimates. Actual quantities ordered over the duration of the contract are expected to vary and are not limited to those estimated. Firm fixed-price task orders will be negotiated for the services required using the schedule rates. The total maximum value of orders placed against the contract, inclusive of any options exercised, will be determined at the time of award and will be based on the total amount of the successful quotation. All electronic information technology deliverables rendered under this solicitation shall comply with Section 508 of the Rehabilitation Act and the Access Board Standards available for viewing at http://ww.section508.gov. Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources capable of providing all labor, management, supervision, tools, material, and equipment required to provide and maintain web based environmental awareness training to Navy, Marine Corps, and Navy/Marine Corps Reserve Centers located worldwide, in accordance with the attached scope of work. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration;52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 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 including:52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government,52.203-13, Contractor Code of Business Ethics and Conduct,52.219-6, Notice of Total Small Business Set-Aside,52.219-8, Utilization of Small Business Concerns,52.219-28, Post Award Small Business Program Representation,52.222-3, Convict Labor,52.222-21, Prohibition of Segregated Facilities,52.222-26, Equal Opportunity,52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,52.222-36, Affirmative Action for Workers with Disabilities,52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees,52.225-13, Restrictions on Certain Foreign Purchases,52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration,52.239-1, Privacy or Security Safeguards52.216-18, Ordering 52.216-19, Order Limitations52.216-22, Indefinite Quantity The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country252.212-7000, Offeror Representations and Certifications - Commercial Items252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:52.203-3, Gratuities,252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.205-7000, Provision of Information to Cooperative Agreement Holders252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.243-7002, Requests for Equitable Adjustment252.232-7010, Levies on Contract Payments The following NFAS clause applies to this solicitation and is incorporated by reference: 5252.212-9300, Commercial Warranty ADDENDA: INSTRUCTIONS FOR SUBMITTAL OF QUOTES- COMMERCIAL ITEMS Interested vendors may send the quotation to the Navy in any of the following ways; (a) by e-mail to jen.mcdonald@navy.mil, or(b) by commercial courier (i.e. FEDEX or UPS) to the following address: Commander, Naval Facilities Engineering Command AtlanticAttention: Jennifer W. McDonald, Code ACQ116506 Hampton BoulevardNorfolk, VA 23508 The quotation shall consist of three parts: (1) a written technical submission, (2) past performance information, and (3) price information. I. Written Technical Submission: Each vendor shall provide either one (1) original and one (1) copy in hard copy or an electronic version of the following:A written narrative demonstrating the capability of the company and its systems to meet or exceed the minimum requirements listed in this scope of work. The written technical submission is limited to a total of twelve (12) pages, single sided, twelve (12) pitch, one inch borders on all sides. II. Past Performance Information: Vendors are required to provide information on no more than five (5) of the firm's most recently completed contracts (not to exceed five (5) years since completion) that are relevant to the services being provided under this solicitation. Relevance is defined similarity in scope, complexity and magnitude, i.e. similar size/dollar value and degree of administrative, managerial, and technical difficulty. Vendors may submit past performance on at least three (3) contracts or orders but no more than five (5). Past performance as a prime contractor on Federal contracts, especially DoD, will be preferred over and scored higher than past performance on state and local government and commercial contracts. Submit Federal, then state and local government, or commercial contracts, in that order of preference, to complete this submission. Past performance as the prime contractor will be preferred over and scored higher than past performance as a subcontractor. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Vendors should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of this solicitation. Past performance information shall be submitted in accordance with Attachment I Performance Risk Questionnaire. Vendors should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. The information shall be forwarded by the vendor to references for completion who will then forward the completed questionnaires to Jen McDonald by email to jen.mcdonald@navy.mil or by fax to (757) 322-4064. III. Price Vendors shall submit a completed Price Schedule (Attachment II), and if applicable, executed copies of all Amendments, and executed Representations and Certifications. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability, Past Performance, and Price. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written order in response to the vendor's quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered. Quotations will be evaluated as follows: a) Technical capability - Written Technical submittalb) Past performancec) Price TECHNICAL CAPABILITY FACTOR The company and its systems shall demonstrate its capability to meet or exceed the minimum requirements listed in this scope of work including the mandatory thirteen environmental training classes listed in Attachment J-1800000-03 and the three criteria below: 1.The courses available will be evaluated on technical accuracy in accordance with EPA, other Federal standards and regulations, and Final Governing Standards (FGS). The thirteen mandatory courses must be made available via a web site link for a minimum of five people who will validate the course content. User IDs and Passwords shall be provided for this review. Testing, grading, certificates, reports, and summaries shall be available for the reviewer for validation and evaluation. 2.IT and System components such as server capacity, hardware, software, ease of use, and technical support for your system and its 24/7 availability worldwide will be evaluated. 3.Administrative support and help desk capability, data collection and reporting for metrics on use and surveys, and your quality control procedures to support your system in accordance with the SOW will be evaluated. Note If the Contracting Officer determines that a vendor's Written Technical Submission is "unacceptable," that vendor's entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award. PAST PERFORMANCE Past Performance will be evaluated after the Contracting Officer has completed the technical evaluation. The Contracting Officer, however, reserves the right to exclude vendors whose technical submittals have been determined to be unacceptable from further evaluation of past performance and price. Additionally, in the event a vendor submits a technically acceptable quotation with a non-competitive, high price when compared to the government estimate and/or other technically acceptable quotations, the Government, at its discretion, may not evaluate that vendor's past performance submission and eliminate that vendor's quotation from further evaluation and consideration for award. The Past Performance will be evaluated in accordance with FAR 13.106. The Government will determine whether the vendor's past performance submissions are, in order of preference, relevant, somewhat relevant or not-relevant contracts based on three factors: scope, complexity and magnitude. Relevant - the past performance submission meets the criteria of all three factors.Somewhat relevant - the past performance submission meets the criteria of some of the three factors.Not-relevant - the past performance submission fails to meet the criteria of all three factors.For past performance submissions determined to be relevant or somewhat relevant, the Government will make a reasonable effort to collect and evaluate past performance information from the point(s) of contact identified by the vendor or, at the discretion of the contracting officer, other points of contact. The vendor acknowledges that the Government is not responsible if the point of contact provided by the vendor fails to respond to the Government's past performance inquiry. Vendors are also advised that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government, including Performance Assessment Reporting Systems (CPARS). The Government will evaluate the vendor's Past Performance in order to assess performance risk. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of a vendor's performance on a list of contracts, but rather the product of subjective judgment of the government after it considers all available, relevant and recent information. Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submittal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other vendors having an acceptable (or better) past performance. PRICE The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. SELECTION The Government intends to evaluate quotes and award a contract using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance) when compared to other quotations. The Government reserves the right to award to other than the lowest priced vendor. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. Please direct questions to Jen McDonald at (757) 322-8154 or jen.mcdonald@navy.mil. Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009Q2014/listing.html)
 
Record
SN01848397-W 20090619/090618000422-46c85c6e2da257427883132bad492cb2 (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.