Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

R -- Project Support

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A11R0004
 
Response Due
8/12/2011
 
Archive Date
8/27/2011
 
Point of Contact
Melissa Sanders 850-230-3266
 
Small Business Set-Aside
Total Small Business
 
Description
This is a new combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This request for proposal N0463A-11-R-0004 is the only written solicitation which will be issued, unless amended. NAICS code 541330. The Navy Experimental Diving Unit (NEDU) has a requirement for full-time on-site non-personal services support of the Navy Experimental Diving Unit (NEDU), Panama City, FL to identify and implement tasks addressing mission-relevant requirements of U.S. Special Operations Forces (SOF). The support requires in-depth knowledge related to the processes involved in the identification, implementation and execution of mission-related requirements tasks. Additional requirements involve obtaining access to and interacting with potential and current sponsors and end-users to organize and execute tasking, coordinate funding, and expedite final product development and delivery. The contractor shall provide support related to the organization, preparation, and implementation necessary to execute mission-related tasking in the laboratory and in the field, including teaching firearms training courses in accordance with the requirements of the attached Statement of Work. The offeror shall provide a firm fixed price offer to include all labor and travel in accordance with the specifications listed in attached SOW for the following: CLIN 0001 “ Base Year Project Support, 12 Months @ $________/Month = Total for CLIN 0001 $_________________ CLIN 0002 “ Base Year Travel Estimated @ $15,000.00 The following provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications “Commercial Items; 52.212-4, Contract Terms and Conditions ”Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications in accordance with the SOW. Offerors shall provide resumes and a staffing plan identifying proposed key personnel. Fully describe the qualifications of the proposed key personnel addressing each requirement of the SOW, Section 4. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 “Price “Offeror shall provide firm fixed pricing of CLIN 0001 identifying the labor categories and man-hours proposed. Management and administrative costs must be identified. CLIN 0002 for travel is estimated cost reimbursable amount of $15,000.00. The Government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror ™s name, address, point of contact, phone and e-mail address; (3)offeror ™s DUN ™s number, CAGE code and TIN number; (4) documentation that shows the offeror ™s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) completed copies of FAR 52.212-3; and (5) resumes and staffing plan identifying proposed key personnel and fully describing the qualifications of the propose key personnel, addressing each requirement of the SOW, Section 4; (6) narrative addressing how the offereor will achieve the requirements listed in the SOW and combined synopsis solicitation; (7) past performance data (8) price for CLIN 0001 with an acknowledgement that CLIN 0002 is estimated at $10,000 (9) signature on the page that lists the price. The clause FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.232-33, 52.203-3, and 252.203-7000, 252.212-7001, 252.209-7001, 252.232-7003, and 252.232.7010. Responses must be received no later than 2:00 p.m. CST on 12 August 2011. Electronic proposals are encouraged to Melissa Sanders at melissa.sanders@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Melissa Sanders, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A11R0004/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, FL
Zip Code: 32407
 
Record
SN02498807-W 20110716/110714235034-9b3f05bc84cd57b94395ffe04b16ca29 (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.