SOLICITATION NOTICE
R -- Observation and Forecasting Services
- Notice Date
- 9/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018911T0508
- Response Due
- 9/27/2011
- Archive Date
- 10/27/2011
- Point of Contact
- Candace Reid 757-443-1347 Candace Reid
- E-Mail Address
-
3-1971
- Small Business Set-Aside
- N/A
- 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; 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 RFQ number is WEATHEREXTENSION. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110920. 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 541990 and the Small Business Standard is $7.0M. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Services to be Acquired: Weather Observation and Forecasting Performance Work Statement is attached. The period of performance is 10/01/2011 to 10/31/2011 for the base period and contains three (3) one-month options. Sole Source provider is Control Systems Research (CSR), 368 Adams Avenue, Valparaiso, FL 32580-1282. Requirement is sole source to CSR due to CSR being the only vendor that can immediately step in to provide the required services because they have personnel in place that are trained and certified and have current Common Access Cards. Without this required service, air traffic at the twenty-two Naval Air Stations will be suspended. Suspension of flight operations would seriously impact the Navy ™s mission and the military war fighters because operating without the weather observers and forecasters could result in serious injury, death or destruction of government property. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 CCR; 52.209-5 Certification Regarding Responsibility Matters; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its 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 with Alt I, Restriction on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government Interest when Subcontracting with Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor- Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-40 Notification of Employee Rights under the National Labor Relations Act 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer “ CCR 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates 52.222-43 Fair Labor Standards Act “ Price Adjustment 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-54 Employment Eligibility Verification 52.228-5 Insurance “ Work on a Government Installation 52.245-1 Government Property\ 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference The following DFAR provisions and clauses are applicable to this procurement: 252.201-7000 Contracting Officer ™s Representative 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A CCR Alt A 252-209-7001 Disclosure of Ownership 252-209-7004 Subcontracting with Firms 252.211-7003 Item Identification & Valuation 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.205-7000 Provisions of Information 252.225-7001 Buy American Act & Balance of Payments 252.225-7012 Preference for Certain Commodities 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.243-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea 252.225-7000 Buy American Act & Balance of Payments Program Certificate 252.232-7010 Levies on Contract Payments 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems 5252.232-9402 Wide Area Workflow (WAWF) PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC 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 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. (End of provision) ATTACHMENTS Attachment (1) -Performance Work Statement w/21 Annexes Attachment (2) -QASP and QASP Matrix Attachment (3) -Contract Administration Plan Attachment (4) -About Your Trip to GTMO Guide Attachment (5) - Wage Determination & CBA Attachment (6) - Guantanamo Bay Housing This announcement will close at 11:00 AM on 27 September 2011. Contact Candace Reid who can be reached at (757) 443-1347 or email candace.reid@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0508/listing.html)
- Record
- SN02592309-W 20110928/110926235146-96549ed6126e069383d5b07279c61710 (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 |