Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
SOLICITATION NOTICE

54 -- Combined Synopsis/Solicitation for Commercial Item - Expandable Shelter Systems (ESS).

Notice Date
7/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017412R0033
 
Response Due
8/14/2012
 
Archive Date
8/29/2012
 
Point of Contact
Beth Hoover 3017446602
 
E-Mail Address
elizabeth.m.hoover@navy.mil
(elizabeth.m.hoover@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This solicitation, N00174-12-R-0033, is issued as a Request for a Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 18. The North American Classification System Code is 332311 and the small business size standard is 500 employees. Interested offerors shall provide a firm fixed price F.O.B. Destination proposal. The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) has a requirement for Expandable Shelter Systems (ESS), Expandable TRICON Hygiene Complex and Expandable Tri-Con 5-N-1 Berthing Unit in accordance with the attached Specifications, Attachment A. Delivery and acceptance is at NAVEODTECHDIV, 2008 StumpNeck Road, Indian Head, MD 20640. Delivery shall be no later than sixty (60) days from the date of contract award. Interested offerors who are other than small businesses, shall include a small business subcontracting plan with their offer. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical Capability of the items to meet the minimum needs of the Government as described in the Specifications, Attachment A; (2) Past Performance (see FAR 52.212-1(b)(10)); and (3) Price. Factor 1: Technical Capability Factor 2: Past Performance Factor 3: Price FACTOR 1: TECHNICAL CAPABILITY The offeror shall provide written documentation detailing their ability to provide Expandable Shelter Systems (ESS), Expandable TRICON Hygiene Complex, and Expandable Tri-Con 5-N-1 Berthing Unit in accordance with the attached Specifications, Attachment A. The offeror shall respond with a line-by-line response attesting to full compliance to each item listed under the Specifications, Attachment A and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will determine the Offeror ™s Technical score on an acceptable/unacceptable basis. In order for the technical proposal to be considered acceptable it must meet all the technical criteria. FACTOR 2: PAST PERFORMANCE Offerors shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable/unacceptable nature of the past performance for each Offeror based on information provided. A neutral Past Performance will be considered acceptable. The Government will also use other sources for information on Past Performance such as the Federal Past Performance Information Retrieval System (PPIRS). FACTOR 3: PRICE Offeror shall provide pricing to include any warranty, and delivery charges to destination. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. 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 after the establishment of a competitive range. Parties responding to this solicitation may submit their proposal in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1) Company complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2) The company CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3) In addition, if you are quoting on a comparable commercial item, product literature must be included. 4) To reiterate, all FAR certifications and representations must also accompany the proposal unless available on line. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, specifically the lowest price technically acceptable offer with acceptable or neutral past performance. All technical factors must be met to be considered acceptable. The following factors will be used to evaluate offers: technical capability, past performance, and price. The proposal shall include any charges for delivery to Indian Head, MD. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ in conjunction with required registration in the Central Contractor Registration (CCR) database: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219-4, 52.219-8, 52.219-9 Alt II, 52.219-14, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.226-5, and 52.232-33. Addendum to 52.212-4 includes DFARS 252.211-7003 Item Identification and Valuation, HQ G-2-0007, Invoice Instructions (NAVSEA) (APR 2011) and IHD 6, Contract Points of Contact (NAVSEA/IHD), 52.246-17 Warranty of Supplies. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.203-7000, 252.219-7003, 252.225-7001, 252.225-7012, 252.225-7036, 252.226-7001, 252.232-7003, 252.243-7002, and 252.247-7023. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). Proposals shall be submitted by email to Elizabeth.m.hoover@navy.mil. Proposals shall include a completed copy of FAR 52.212-3 and DFARS 252.212-7000 with proposals unless the vendor is registered in ORCA (http://orca.bpn.gov). If registered, please state this on your proposal and affirm your Representations and Certifications are up to date. Offerors other than small businesses shall submit a small business subcontracting plan. ALL PROPOSALS MUST BE RECEIVED NO LATER THAN 14 AUGUST 2012, 10:00 AM EASTERN STANDARD TIME. Any questions concerning the RFP shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to Elizabeth.m.hoover@navy.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/Far/, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Attachment A, Specifications is attached to this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412R0033/listing.html)
 
Record
SN02802181-W 20120714/120713000720-2e0a34281eb9260c5f2c0f607f7b6d54 (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.