SOLICITATION NOTICE
U -- LIVE TISSUE TRAINING
- Notice Date
- 2/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018912R0019
- Response Due
- 3/23/2012
- Archive Date
- 4/7/2012
- Point of Contact
- DAVID BROWN 757-443-1455 DAVID.B.BROWN@NAVY.MIL
- Small Business Set-Aside
- Total Small Business
- Description
- 23 February 2012 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition. 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 (https://www.fbo.gov) and NECO (http://www.neco.navy.mil/). The RFP number is N00189-12-R-0019. This contract award will consist of a two Clin structure. Clin 0001 will be Firm Fixed Price Live Tissue Training for the East Coast. Clin 0002 will be Firm Fixed Price for Live Tissue Training for the West Coast. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120130. 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 611699. This acquisition is a 100% total small business set-aside. FISC Norfolk requests responses from qualified sources capable of providing one (1) year plus four (4) option years for Live Tissue Training for the East and West Coasts. Each coast will have no more than 180 students completing the training per year. 180 on the East Coast and 180 on the West Coast equals 360 total students per year. Please see the attached Performance Work Statement for further details regarding the requirements of this solicitation. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2 INSTRUCTIONS AND EVAL CRITERIA In accordance with FAR 52.212-2, Evaluation “ Commercial Items (Jan 1999), the Government will award a Task Order resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Factor 2: Past Performance Factor 3: Price The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical Acceptability (acceptable/unacceptable) and Price. A Past Performance Price Tradeoff will be used when evaluating offers. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical Acceptability (acceptable/unacceptable) and Price. A Past Performance Price Tradeoff will be used when evaluating offers. 1. Technical Acceptability (acceptable/unacceptable): The offeror's technical proposal shall convince the government that the offeror is capable of fully providing the services identified in the PWS by the contract start date. Technical proposals shall demonstrate the offeror's overall understanding of the PWS requirements. Proposals shall identify the offeror ™s required certifications, legal documentation, and facilities to be used for these training requirements. Technical proposals will be rated acceptable or unacceptable. All unacceptable technical proposals will be eliminated from the competitive range and may not be further evaluated. Certifications- Instructors shall be currently certified National Registry of Emergency Medical Technicians (NREMT) Paramedics, non active duty medics/corpsman holding a current certification in one of the following MOS/NEC 18 Delta/8403/8425/PJ, or other trauma certified medical professionals of the same certification level or greater. The Contractor shall also have a valid AAALAC certification and USDA License. Legal Documentation- The Contractor shall have all land permits and insurance coverage to support the legal conduct of this training at their facility; all local, state, and federal permits pertaining to live tissue training. 2. Past Performance- In order to facilitate the Government ™s evaluation of this factor, the Offeror shall provide information on no more than three (3) previous contracts whose effort was relevant to the effort required by this solicitation; the contracts provided should have been performed within the last five (5) years. Evaluation will focus only on work experience already performed. Yet-to-be performed work and experience prior to the last 5 years will not be considered. Offerors 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 RFP. Past Performance as a Sub-Contractor will be acceptable but each submission shall state the percentage of work performed as a Sub-Contractor. The Government may verify past performance information. The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to Contractor Performance Assessment Reporting (CPARS). The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. This past performance information will be used for the evaluation of past performance. Past performance will be evaluated based on the relevance and quality of the submitted contract ™s information. Relevance is determined by a contract ™s similarity to the current requirement, based upon scope and magnitude. For the purposes of this evaluation, relevancy in scope and magnitude are measured by the following: Scope: Experience in the areas defined in the PWS. Magnitude: The measure of the similarity of the dollar value of actually performed work that exists between the PWS and the Offeror ™s contract. Magnitude will be evaluated on the dollar amount of work actually performed under the contract or contracts during the relevant five-year period established by the solicitation. The quality evaluation will be based on the following sub factors: Quality, Timeliness, and Contractor Responsiveness which are of equal importance. Quality: The Offeror ™s demonstrated history of delivering products and services of high quality and compliance with contractual requirements. Quality will be evaluated in terms of: oOverall customer satisfaction, oInstances of rework and/or deficiency reports, and oEvidence of effective and/or innovative work applications that were beneficial to the customer Timeliness: The Offeror ™s compliance with: oDelivery and/or performance schedules, oTimeliness of submission of requested information, reports, and invoicing Contractor Responsiveness: The Offeror ™s demonstrated ability to: oRespond to customer concerns, oIsolate and resolve problems, and take systematic improvement action Following the quality evaluation, the Contracting Officer will assign an overall rating to each contract, considering both the contract ™s relevance and quality. The Contracting Officer will then assign a composite past performance rating for the Offeror ™s overall past performance, considering the ratings assigned to each individual contract. 1) Past Performance submission is limited to 6 pages. Information provided beyond 6 pages will not be considered. This does not include questionnaires. i) Past Performance shall, at a minimum, provide the following information: Contract Number/Delivery Order Number Contract Type Contract Period of Performance Program Name Total Contract Cost Brief description of work performed Valid name, phone number and email of Contracting Officer and Contracting Officer Representative/Technical Point of Contact. It is incumbent upon Offerors to ensure they are providing a valid names, phone numbers and email addresses. References who cannot be contacted will receive a neutral rating. Offerors lacking relevant past performance history will receive a Neutral rating. Please see the below Past Performance rating tables for more details. Performance Relevancy Ratings RelevantPresent/past performance effort involved similar scope and magnitude of this solicitation requires. Not RelevantPresent/past performance effort involved little or none of the scope and magnitude of effort this solicitation requires. Performance Confidence Assessments Rating Description Substantial ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral)No recent/relevant performance record is available or the offeror ™s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. 3. Price For price reasonableness the offeror ™s price submission shall include a complete and signed solicitation form, and if applicable, and executed copy of Amendments. The contract will consist of: a Firm-Fixed priced CLIN for training The training will be for students that are sent for live tissue training. There will be twelve training classes on the east coast and twelve on the west coast. Each class will have a minimum of fifteen but no more than forty students per class not to exceed 180 students per year on each coast. The period will be for one year, and will include options CLINS to continue such services of performance basis thereafter for a total of five years. Although price is the least important factor, the degree of its importance will increase with the degree of equality of the offers in relation to the other factors on which selection is to be made. Price will be evaluated by the contracts personnel to determine fairness and reasonableness through the most appropriate method available pursuant to Far part 15.403-1. 1) The price submission is not page limited, but is strictly limited to pricing information. To assist the contracting officer in making a price reasonableness determination the submission shall include: i) Supporting information including: Labor Categories, Labor Rates, Hours and Other Direct Costs (ODCs) used in developing the proposed price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). Submission of Offers. FAR 52.212-1, 52.212-3, 52.212-4 and 52.212-5 are incorporated by reference, and apply to this RFQ. Offeror ™s shall submit signed and dated offers to the office specified in this RFQ at or before the exact time specified in this RFQ. Offers shall be submitted via email to point of contact listed in this announcement. Late offers will not be accepted. Offers may be submitted on the SF 18, letterhead stationery, or as otherwise specified in the RFQ. 52.212-3 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, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and first Tier Subcontract Awards 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or proposed for debarment. 52.219-6, Notice of Total Small Business Set-aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations of Subcontracting 52.223-18, Encouraging Contractor policies to ban Texting while Driving 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 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 w/Disabilities, 52.222-37, Employment Reports on Disabled Vets 52.232-33, Payment by Electronic Funds Transfer - CCR, 52.215-5, Facsimile Proposals, 52.217-8, Option to Extend Services 52.217-9, Option to Extend term of the Contract 52.233-2, Service of Protest 52.203-3, Gratuities Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.211-7003, Item Identification & Valuation, 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 Cpmpensation of Former DoD Officials 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.232-7003, Electronic Submission of Payment Requests 252.204-7003, Control of Government Personnel Work Product 252.209-7001, Disclosure of Ownership or Control by the Government of a terrorist country 252.247-7023, Transportation of supplies by Sea 252.243-7002, Requests for equitable adjustment 252-232-7010 “ Levies on Contract Payments; 252.209-7004, Subcontracting with firms that are owned or controlled by the Government of a terrorist country 252.237-7023, Continuation of essential Contractor Services 5252.NS-046P, Prospective Contractor Responsibility 252.204-7004 Alt A, CCR Alternate A. 5252.232-9402 Wide Area Workflow (WAWF) 5252.243-9400, Authorized changes only by the Contracting Officer This announcement will close at 2:00pm (est.) on 23 March 2012. Contact David Brown, who can be reached at 757-443-1455 or email david.b.brown@navy.mil. Fax number is 757-443-1333 or 757-443-1389. 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 a signed copy of above certificate, 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912R0019/listing.html)
- Record
- SN02681430-W 20120225/120223234747-41dbb4f6896068888a36eb3df8c0812c (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 |