SOLICITATION NOTICE
S -- Subsurface Utility Locating and Marking
- Notice Date
- 5/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC CHERRY POINT PCS Box 8006 CGMAS Cherry Point Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008512Q3911
- Response Due
- 6/6/2012
- Archive Date
- 6/21/2012
- Point of Contact
- Kim Lacy 252-466-4751 Eric Overfelt 252-466-2622
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial service, Subsurface Utility Locating and Marking, prepared in accordance with the format in FAR 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. The solicitation is issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation part 12 and 13 under the solicitation number: N40085-12-Q-3911 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58 and Defense Federal Acquisition Regulation Supplement Publication Notice DPN 20120420. The North American Industry Classification System (NAICS) 561990 and the business size standard $7.0 Million. This solicitation is 100% set-aside for small businesses. See Attachment D Performance Work Statement for key details including Annex J-0200000-08 ELIN Descriptions. The contract will include the following Contract Line Items (CLINs): CLIN 0001 Base Period IDIQ. The price for CLIN 0001 is the sum of ELINS A701-A705. CLIN 0002 Option Period One IDIQ. The price for CLIN 0002 is the sum of ELINS B701-B705. CLIN 0003 Option Period Two IDIQ. The price for CLIN 0003 is the sum of ELINS C701-C705. CLIN 0004 Option Period Three IDIQ. The price for CLIN 0004 is the sum of ELINS D701-D705. CLIN 0005 Option Period Four IDIQ. The price for CLIN 0005 is the sum of ELINS E701-E705. The following provisions and clauses are applied to this acquisition and incorporated into this notice: -52.204-7 -- Central Contractor Registration -52.212-1 Instructions to Offerors “ Commercial and any addenda to the provision as included in this notice. Offers are solicited on an śall or none ť basis. Failure to submit offers for all line items listed shall be cause for rejection of the offer. -52.212-2 “ Evaluation -- Commercial Items (a) 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: Technical Narrative, Corporate Experience, Past Performance, Safety and Price. Technical Narrative, Corporate Experience, Past Performance and Safety, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. -52.212-3 Offer Representations and Certifications “ Commercial Items, Alt I, Offerors must include a completed copy of the provision with their offer or indicate that their ORCA record is current. -52.212-4 Contract Terms and Conditions “ Commercial Items and any addenda to the provision as included in this notice. -52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “ Commercial Items (with the following clauses checked) Paragraph (b) clauses -52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards -52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment -52.219-6, Notice of Total Small Business Set-Aside -52.219-28, Post Award Small Business Program Representation -52.222-3, Convict Labor -52.222-21, Prohibition of Segregated Facilities -52.222-26, Equal Opportunity -52.222-36, Affirmative Action for Workers with Disabilities -52.223-18, Contractor Policy to Ban Text Messaging while Driving -52.225-13 -- Restrictions on Certain Foreign Purchases -52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration -52.232-36, Payment by Third Party -Paragraph (c) clauses -52.222-41, Service Contract Act of 1965 -52.222-42, Statement of Equivalent rates for Federal Hires -52.222-43, Fair Labor Standards Act and Service Contract Act “ Price Adjustment (Multiple Years and Options Contracts) -52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ”Representation and Certification. -52.228-5, Insurance “ Work On A Government Installation -52.232-1, Payments -52.232-18, Availability of Funds -52.237-2, Protection of Government Buildings, Equipment, And Vegetation -52.244-6, Subcontracts for Commercial Items -52.245-1, Government Property -52.246-4, Inspection of Services-Fixed Price -252.203-7002 Requirement to Inform Employees of Whistleblower Rights -252.203-7005, Representation Relating to Compensation of Former DoD Officials -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 (with the following clauses checked) -252.203-7000, Requirements Relating to Compensation of Former DoD Officials -252.232-7003, Electronic Submission of Payment Requests -252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card -252.232-7010, Levies on Contract Payments -252.216-7006 Ordering.(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from the beginning date of any exercised option through the end date of any option period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered śissued ť when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered śissued ť when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (end of clause) Note that all orders placed under this contract should be placed via DoD Emall. Task Orders may be placed in case the amount of the order is greater than the current micro-purchase threshold or if the DoD Emall system is not operational. -52.216-19 -- Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $15,000.00; (2) Any order for a combination of items in excess of $15,000.00; or (3) A series of orders from the same ordering office within any option period that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor ™s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. -52.216-22 -- Indefinite Quantity. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the śmaximum. ť The Government shall order at least the quantity of supplies or services designated in the Schedule as the śminimum. ť (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor ™s and Government ™s rights and obligations with respect to that order to the same extent as if the order were completed during the contract ™s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 6 months following the expiration date of any option period. -52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. -52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. -52.252-1 Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008512Q3911/listing.html)
- Place of Performance
- Address: Marine Corps Air Station Cherry Point PSC Box 8006 Cherry Point NC 28533, Cherry Point, NC
- Zip Code: 28533
- Zip Code: 28533
- Record
- SN02755442-W 20120524/120523000618-c96167baf179f0ca442275f2f4e312d0 (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 |