Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOLICITATION NOTICE

W -- Rental and support of Audiovisual (AV) and Information Technology (IT) equipment for the Navy and Marine Corps Public Health Center (NMCPHC) conference.

Notice Date
2/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0134
 
Response Due
3/3/2010
 
Archive Date
4/3/2010
 
Point of Contact
LaShawn Brown 757-443-1447 Alt POC: Greg Finke757-443-2066
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N00189-10-T-0134. A subsequent solicitation document will not be issued. The Contracting Department, Fleet and Industrial Supply Center (FISC) Norfolk, VA, 23511-3392 intends to negotiate a 100% Small Business Set Aside, Firm Fixed Price contract, utilizing procedures under FAR Part 13, Simplified Acquisition Procedures for the rental and support of Audiovisual (AV) and Information Technology (IT) equipment for the Navy and marine Corps Public Health Center (NMCPHC) conference. NMCPHC conference will be held from 19 March 2010 - 25 March 2010 at the Hampton Roads Convention Center (HRCC), 1610 Coliseum Drive, Hampton, VA 23666. Reference attached Performance Work Statement (PWS) for event details, specifications, and supporting information. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which identifies the requested items, with their unit prices, extended prices, total price, past performance information, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by March 3, 2010 at 16:00 (4:00 P.M.). Offers can be emailed to lashawn.brown@navy.mil and william.g.finke@navy.mil, faxed to 757-443-1971/1972 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert Street, Suite 600, Contracting Department, Norfolk Office, Attn: Lashawn Brown, Code 240A6, Norfolk, VA.23511-3392. Alternate Point-of-Contact - Greg Finke, Code 240A1. Reference RFQ N00189-10-T-0134 on your proposal. NAICS 532490 - size standard $6.5M. Contract Line Item Number (CLIN) 0001: 1/Lot-Rental and Support Services of Audiovisual (AV) Equipment for the 48th Navy Marine Corps Public Health Conference Workshop IAW with the Performance Work Statement (PWS) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008)52.209-5 Certification Regarding Responsibility Matters (DEC 2008)52.212-1 Instructions to Offerors - Commercial Items (Nov 2007)52.247-34 F.O.B. Destination (NOV 1991)52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items (APR 2002)52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007)- Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.203-6 w/Alt I Restriction of Subcontractor Sales to the Government (SEP 2006)52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)52.219-28 Post Award Small Business Program Rerepesentation (APR 2009)52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (MAR 2007)52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793)52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)52.222-50 Combating Trafficking in Persons (AUG 2007)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b)52.232-33 Payment by Electronic Funds Transfer----Central Contractor Registration (OCT 2003 (31 U.S.C.3332)52.215-5 Facsimile Proposals (OCT 1997)52.252-2 Clauses Incorporate by Reference (FEB 1998); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contract Registration (52.204-7) Alternate A (SEP 2007)252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006)252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country (DEC 2006)252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008)252.212-7000 Offeror Presentations and Certifications - Commercial Items (JUN 2005)- Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)252.225-7000 Buy America Act - Balance of Payments Program Certificate (DEC 2009)252.232-7010 Levies on Contract Payments (DEC 2006) NNZ.5252.NS-046P Prospective Contractor Responsibility (AUG 2001)5252.232-9402 Invoicing & Payment (WAWF) Instructions (APR 2008) (FEB 2010) Attachments: Attachment I - Performance Work Statement for Audiovisual 2010Attachment II - Hampton Roads Convention Center (HRCC) floor layoutsAttachment III - Resources Requirement by Day and RoomAttachment IV - Examples of Opening Ceremony Setup from previous years Submission of Quotes: Interested vendors may send the quotation to the Navy in any of the following ways; (a) by e-mail to LaShawn.Brown@navy.mil and william.g.finke@navy.mil (b) by fax to either 757-443-1971/1972 (c) by commercial courier (i.e. FEDEX or UPS) to the following address: Fleet and Industrial Supply Center (FISC)Attention: LaShawn Brown, Code 240C MMPC DWY 229550 Decatur AvenueNorfolk, VA 23511-3328 The quotation shall consist of two parts: (1) past performance information and (2) price information. I. Past Performance Information: Past Performance Submission: Quoters are required to provide information on no more than two (2) of the firm's most recently completed federal government contracts (not to exceed five (5) years since completion) that are relevant (like or similar) to the services being provided under this solicitation. Quoters may submit past performance on less than two (2) contracts or orders but no more than two (2). 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. Relevance is defined as similarity in scope, complexity, and magnitude. Vendors lacking any relevant past performance should mark and sign the appropriate block on the past performance information submission form. Quoters shall provide the following information on each prior contract. (a) Contract or purchase order number(s), (b) Name, telephone number and, if known, E-mail address of point of contact at the federal, state, local government or commercial entity for which the contract or order was performed, (c) Dollar Value of the contract or order (d) Detailed description of the products provided (e) Name of subcontractor(s), if any, and a description of the products or extent of the work provided (f) The number, type and severity of any quality, delivery or cost problem in performing the contract or order, the corrective action(s) taken, and the effectiveness of the correction action(s). II. Price Vendors shall submit one original signed copy of their quote, and if applicable, executed copies of all Amendments, and executed Representations and Certifications. Signed copies may be submitted either as hard copies or via electronic submittal. The address for electronic submittal via email is LaShawn.Brown@navy.mil and william.g.finke@navy.mil. Quotes submitted shall be in accordance with the Schedule of Supplies and Services contained in the solicitation. Quotes shall be held firm for sixty (60) days EVALUATION (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: Past Performance and Price. (b) 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) Past performanceb) Price PAST PERFORMANCE 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. The adjectival ratings that will be used to establish performance risk will be generally correlated with the definitions of performance risk as follows: Very Low Performance Risk: Based on the vendor's performance record, virtually no doubt exists that the vendor will very successfully perform the required effort. (Highly Acceptable) Low Performance Risk: Based on the vendor's performance record, little doubt exists that the vendor will successfully perform the required effort. (Acceptable) Moderate Performance Risk: Based on the vendor's performance record, some doubt exists that the vendor will successfully perform the required effort. (Marginal) High Performance Risk: Based on the vendor's performance record, significant doubt exists that the vendor will successfully perform the required effort. (Unsatisfactory) Neutral: Unknown performance risk assessment. 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. The evaluation may include, but is not limited to: a. Price comparison with other offerors; b. Completeness: all pricing information as it directly related to what is requested in the solicitation; c. Comparison with independent Government cost estimates. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit 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. AWARD DECISION The Government intends to evaluate offers and award a contract using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote represents the best value to the Government, considering price and past performance when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0134/listing.html)
 
Place of Performance
Address: Hampton Roads Convention Center (HRCC)1610 Coliseum Drive, Hampton, VA
Zip Code: 23666
 
Record
SN02066886-W 20100219/100217234642-060667118a6aed0cd51dd536e3c24254 (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.