SOLICITATION NOTICE
J -- This is a SOLE SOURCE combined synopsis/solicitation for disassembly, transportation, upgrade, reconfiguration, and reassembly of the Governments existing White Carousel System.
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018911TCRSL
- Response Due
- 9/12/2011
- Archive Date
- 9/27/2011
- Point of Contact
- John North 757-443-1230 John W. North
- E-Mail Address
-
Logistics
- Small Business Set-Aside
- N/A
- Description
- This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request For Quote) is N00189-11-T-CRSL. The solicitation documents incorporate provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100908. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed fully at these addresses: www.acqnet.gov/far & http://www.acq.osd.mil/dpap/dfars/index.htm. The proposed contract action is for commercial services for which NAVSUP Fleet Logistics Center Norfolk Contracting Department intends to solicit and negotiate with only one source under the authority of FAR 13.501(a) (1) (ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals, however, all bids, proposals, or quotations received by closing date will be considered by the government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Sole Source provider is SencorpWhite Inc., 400 Kidds Hill Road, Hyannis, MA 02601. NAVSUP FLCN Logisitics Division requires disassembly, transportation, upgrade, reconfiguration, and reassembly of the Governments existing White Carousel System. The services provided shall be in accordance with the attached Performance Work Statement (PWS). The required services can only be provided by SencorpWhite Inc. SencorpWhite is the sole provider of services, material, and parts for their manufactured equipment. There are no other vendors that are certified factory trained to provide the disassembly, upgrade, reconfiguration, and reassembly services to the Government owned carousel system. In addition, SencorpWhite is the sole manufacturer and provider of the new proprietary electrical and mechanical components needed to properly perform the required services and achieve the Governments desired outcome of the existing carousel system. This acquisition will result in a Firm Fixed Price contract under NAICS 333922. The estimated period of performance is September 28, 2011 through March 02, 2012. Site Visit: This solicitation will include a site visit at NAVSUP FLCN 1968 Gilbert Street, Bldg. W-143, Suite 500, Norfolk, VA 23511. The site visit will be held on September 07, 2011 at 10:00 AM Eastern Standard Time. For appointment, email John North (john.w.north@navy.mil) no later than 1200 (EST) 06 September 2011. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 52.209-5Central Contractor Registration Certification Regarding Responsibility Matters (April 2010) 52.212-1 52.212-3Instructions to Offerors--Commercial Items Offeror Representation and Certifications ”Commercial Items (May 2011) Alternate I (Apr 2011) 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 (JUL 2010), The following clauses apply and are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-28 Post Award Small Business Program Representation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement f Equivalent Rates for Federal Hires (MAY 1989) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services ”Certification (NOV 2007) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services ”Requirements (FEB 2009) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - CCR (OCT 2003) 52.233-3 Protest after Award (AUG 1996) 52.237-1 Site Visit 52.237-2 52.252-1 52.252-2Protection Of Government Buildings, Equipment, And Vegetation Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 252.212-7000Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country Offeror Representations and Certifications ”Commercial Items (JUN 2005)DEC 2006 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (MAR 2008) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 252.243-7002 Request for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.223-7008 252.225-7000Prohibition of Hexavalent Chromium (MAY 2011) Buy American Act ”Balance of Payments Program Certificate (DEC 2009) 252.232-7010 Levies on Contract Payments (DEC 2006) The following clause is incorporated by full text; 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jordan Dorsey Contracting Officer NAVSUP, Fleet Logistics Center Norfolk 1968 Gilbert Street, Suite 600 Norfolk, VA 23511 Email: jordan.dorsey@navy.mil (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FLC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company ™s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the Navy WAWF Assistance Line: 1-877-251-9293. (2) WAWF Vendor śQuick Reference ť Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC ™s, must be entered for completion of the invoice in WAWF: Routing Table WAWF Invoice Type2-in-1 Contract Number TBD Delivery Order Number Issuing Office DODAACN00189 Admin Office DODAACN00189 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)TBD Acceptance At Other Local Processing Office (Certifier)TBD DCAA Office DODAAC (Used on Cost Voucher ™s only) Paying Office DODAACTBD Acceptor/COR Email AddressTBD (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole TBDTBDTBDTBD Responses to this solicitation are due by September 12, 2011 at 12:00 PM EST. Quotes shall be emailed to john.w.north@navy.mil, Attention: John North, Code 240A, reference RFQ N00189-11-T-CRSL. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911TCRSL/listing.html)
- Place of Performance
- Address: Fleet Logistics Center Norfolk
- Zip Code: 1968 Gilbert St., Ste 500
- Zip Code: 1968 Gilbert St., Ste 500
- Record
- SN02559152-W 20110903/110902102241-98dc83f87df02a2bc3ec7057574b05cb (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 |