SOLICITATION NOTICE
J -- Electronic Surveillance Systems Maintenance
- Notice Date
- 8/6/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N6133109T9525
- Response Due
- 8/28/2009
- Archive Date
- 9/30/2009
- Point of Contact
- Carmen Berrios 850-234-4218 , or Contracting Officer Wanda Cutchin at 850-636-6140
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis, with any applicable amendments, is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Surface Warfare Center, Panama City Division (NSWC PCD), FL. This is a synopsis for commercial services using FAR 12 - Acquisition of Commercial Items, or FAR 12.6 as implemented by FAR 13.5 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The resulting contract will be a commercial contract awarded on a SF 1449. NSWC PC is soliciting responses on a competitive basis for a commercial service order to provide preventive, remedial and emergency maintenance on the current Electronic Security Systems (ESS) in buildings onboard the Naval Support Activity Panama City (NSA PC) at Panama City, FL. This order will be a 100% Small Business set aside. The period of performance for the maintenance contract will be from 01 October 2009 for a period of twelve (12) months. The contract will have four (4) option periods of twelve (12) months each. The Statement of Work (SOW), Attachment 1, Attachment 2-Contract Data Requirements List (CDRL), Attachment 3- Contract Security Classification Specification (DD Form 254), and Attachment 4 - Instructions are attached. Offerors shall complete and include the following information in their response. CLIN 0001 - Informational CLIN - Preventative, remedial maintenance IAW the attached Statement of Work - Base Year;CLIN 0001AA Daily support of CLIN 0001 - (Quantity of 12 months) monthly charge $______;CLIN 0001AB - On-Call Maintenance in accordance with (IAW) the attached Statement of Work (Quantity NTE 125 hrs) maximum labor rate $_____ per hour;CLIN 0001AC - Materials - IAW the attached Statement of Work (Qty NTE $25,000.00. CLIN 0002 - (OPTION 1) - Preventative, remedial maintenance IAW the attached Statement of Work;CLIN 0002AA - Daily support of CLIN 0002 - (Quantity of 12 months) monthly charge $______; CLIN 0002AB - In support of Option 1 - On-Call Maintenance IAW the attached Statement of Work (Quantity NTE 125 hrs) maximum labor rate $_____ per hour; CLIN 0002AC - In support of Option 1 - Materials - IAW the attached Statement of Work (Qty NTE $25,000.00. CLIN 0003 - (OPTION 2) - Preventative, remedial maintenance IAW the attached Statement of Work; CLIN 0003AA - Daily support of CLIN 0003 -(Quantity of 12 months) monthly charge $______ ; CLIN 0003AB - In support of Option 2 - On-Call Maintenance IAW the attached Statement of Work (Quantity NTE 125 hrs) maximum labor rate per hour $_____; CLIN 0003AC - In support of Option 2 - Materials - IAW the attached Statement of Work (Qty NTE $25,000.00). CLIN 0004 - (OPTION 3) - Preventative, remedial maintenance IAW the attached Statement of Work;CLIN 0004AA - Daily support of CLIN 0004 - (Quantity of 12 months) monthly charge $______; CLIN 0004AB - In support of Option 3 - On-Call Maintenance IAW the attached Statement of Work (Quantity NTE 125 hrs) maximum labor rate $_____ per hour; CLIN 0004AC - In support of Option 3 - Materials - IAW the attached Statement of Work (Qty NTE $25,000.00). CLIN 0005 - (OPTION 4) - Preventative, remedial maintenance IAW the attached Statement of Work; CLIN 0005AA - Daily support of CLIN 0005 - (Quantity of 12 months) monthly charge $______ ; CLIN 0005AB - In support of Option 4 - On-Call Maintenance IAW the attached Statement of Work (Quantity NTE 125 hrs) maximum labor rate $_____ per hour; CLIN 0005AC - In support of Option 4 - Materials - IAW the attached Statement of Work (Qty NTE $25,000.00). NSWC PCD and NSA PC intend to conduct a site visit that is scheduled to meet in the Conference Room of Building 372 approximately at 0915 on 18 August 2009. All interested parties shall notify intend to participate in the site visit by filling out and submitting the Visitor Request Form (attached) to NSWC PCD Code B31, via e-mail carmen.berrios@navy.mil, no later than 3:00 pm on 13 August 2009. Visitor's badges will be provided before entrance to NSA PC installation. All visitors are requested to report to the parking lot of the La Quinta Hotel located right across the Navy Base, no later than 0845, to receive badges and to be transported to/from NSA PC/NSWCPC installation. Visit is expected to be adjourned no later than 1100. The order will be based on award to the technically acceptable lowest price offeror. Submittal requirements are listed in the Attachment - Instructions, as the basis for technical acceptability. Also if the contractor is determined to be responsible in accordance with FAR 9.104-1, and is registered in the Central Contractor Registration (CCR). OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-C9-E.Pricing will be FOB Destination to the Naval Surface Warfare Center Panama City Division, Panama City, FL. Therefore, the quote/proposal must include all applicable shipping charges. Inquiries shall be directed to NSWC PCD Code B31 at (850) 234-4218 or E-mail at carmen.berrios@navy.mil. The closing date for this announcement is 28 August 2009 at 2 PM Central Daylight Savings. Award is anticipated to be made no later than close of business 28 September 2009. Offers may be submitted via e-mail in Microsoft Word format to carmen.berrios@navy.mil, with copy to wanda.cutchin@navy.mil or via FAX at (850) 234-4251 Attn: B31, Carmen M. Berros. Although offers via Fax will be accepted, e-mail submissions are preferred. Reference Request for Quote Number N61331-09-T-9525 on all correspondence. NAICS 561621, FSC J099, Small Business Size Standard $12.5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cffcb6cc6b77aed0c929a545af38d330)
- Record
- SN01902110-W 20090808/090807000617-cffcb6cc6b77aed0c929a545af38d330 (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 |