SOLICITATION NOTICE
59 -- Provide Marksmanship Target Systems - Past Performance Questionaire - Additional Requirements
- Notice Date
- 8/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92240-13-T-0521
- Archive Date
- 8/31/2013
- Point of Contact
- LaVerne L Whitfield, Phone: 757-763-4430, Ruby Phillips, Phone: 757-763-4432
- E-Mail Address
-
arethalia.whitfield@navsoc.socom.mil, ruby.phillips@navsoc.socom.mil
(arethalia.whitfield@navsoc.socom.mil, ruby.phillips@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Additional Requirement for Target System Past Performance Questionaire Combined Synopsis/Solicitation 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 additional information included in this notice. This announcement constitutes the only solicitation on FedBizOpps; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-13-T-0521 is issued as a request for quotation (RFQ). The proposed contract action is for a brand name or equal product. The brand name requirement is to provide three 3 each LOMAH "OR EQUAL" Automated, Acoustic Marksmanship Target Systems and two 2 additional options of one target system. Each target system shall be fabricated in accordance with the specifications listed within CLIN 0001 in the schedule below and the attached document entitled "Additional Requirements Document". Delivery: Target assemblies shall be fabricated at the contractor's facility. Final delivery, testing, and training shall be conducted at Naval Warfare Group Four, Joint Expeditionary Base, Little Creek, Virginia Beach, and VA 23459. The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-68, effective June 26, 2013 and DFARS Change Notice 20130705. NAICS code 334119 Small business size standard 1000 EMPY Proposal Submissions: Quotes are due, 16 August 2013 at 13:00 Eastern Standard Time. Quotes must be valid for 60 days. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-13-T-0521. Contractors are responsible for verifying receipt of their quote to this office before offer due date and time. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Arethalia Whitfield (primary), email: arethalia.whitfield@navsoc.socom.mil And Ms. Ruby Phillips (alternate), email: ruby.phillips@navsoc.socom.mil No later than 12 AUG 2013 at 1300 EST to allow adequate time to prepare a response. Email is the preferred method of submission. Quotes, together with the signed amendment(s), if applicable, must be submitted electronically to Arethalia Whitfield at arethalia.whitfield@navsoc.socom.mil The following PROVISIONS AND CLAUSES apply to this a cquisition and will be incorporated into any resultant purchase order. 52.202-1 Definitions (JAN 2012) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.211-6 Brand Name or Equal 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (MAR 1989) 52.217-9 Option to Extend the Term of the Contract 52.219-8 Utilization of Small Business Concerns (JUN 2008) 52.223-9 Estimate of Percentage of Recovered material Content for EPA-Designated Products ( MAY 2006) 52.232-33 Payment by Electronic Funds Transfer -Central Registration (OCT 2003) 52.247-34 F.o.b. - Destination (NOV 1991) 52.249-1 Termination for convenience of the Government (Fixed price) (short form (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference), www.arnet.gov and www.acq.osd.mil (FEB 1998) 52.252-2 Clauses Incorporated by Reference www.arnet.gov and www.acq.osd.mil (FEB 1998) ADDENDUM to 52.212-1, Instructions - Commercial Items (JAN 1999) is applicable to this procurement. The following are additional instructions to Offerors: The Government will award a purchase order 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. •(a) The following factors shall be used to evaluate offers: Factor 1: Technical capability All offeror shall provide a technical proposal in accordance with the item specifications cited in the Schedule below and the attached document entitled "Additional requirements document". All offerors that contain other than name brand items shall include a detailed product description. •- This product description may be in the form of either a commercial catalog or technical data. However, simply stating a manufacture and part number is not considered a detailed product description and shall not be considered meeting these submission requirements. This description shall be detailed enough in order for the evaluation outlined in FAR 52.212-2 specified herein to take place and detailed enough to determine equality with the name brand product. Submitted Technical Descriptions shall not be longer than five (5) pages. The quoter shall provide drawings or sketches of their proposed design. If said drawings are considered proprietary they shall be labeled as such. At the discretion of the Contracting Officer, descriptions that are submitted on more than five pages per item may cause an offer to be rejected as non-responsive and offers may be deemed unacceptable Quoters whose technical submittal are rated Unacceptable will be rejected and removed from further competition. Factor 2: Past Performance - The quoter shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts within the past three years prior to the solicitation closing date that is the same as or similar to, the scope and magnitude of the work described by this solicitation. To demonstrate its past performance, the quoter shall identify up to two (2) of its most relevant contracts or efforts within the past three (3) years. Quoters should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation The quoter should complete a "Past Performance Questionnaire Form" for each reference submitted. The form is Attachment 2 to the combined synopsis/solicitation. The Government reserves the right to consider past performance report forms received after the due date of the solicitation and to contact references for verification or additional information. -Factor 3: Price Procedures in FAR 13.106 are applicable to this procurement. Completed Schedule as identified below (page 9). The offeror shall provide sufficiently detailed information as to enable the Contracting Officer to determine the reasonableness of the proposed price 52.212-2 Evaluation - Commercial Items. •(a) The Government will award a purchase order 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 the offers. Factors are listed in descending order of importance. Factor 1- Technical capability - The Government will evaluate the quoters technical submission to determine compliance with the government's brand name or equal specifications. The technical submissions will be rated as either Acceptable or Unacceptable. Acceptable is defined as meeting the government's requirements and Unacceptable is defined as not meet the government's requirement's. If a quote's technical submission is determined to be Unacceptable is will no longer be evaluated or considered for award. Factor 2 -Past Performance - Past performance will be evaluated based on relevancy and confidence. For the Past Performance factor, the rating tables identified below, entitled "Past Performance Relevancy Ratings" and " Past Performance Confidence Assessment Ratings" will be used for the assignment of ratings for relevancy and confidence assessment. Relevancy includes similarity in scope and magnitude. Quoter's past performance information will be evaluated to determine the quality and usefulness as it applies to performance confidence assessment. Past Performance Relevancy Ratings Rating Description Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort this solicitation requires. Past Performance Confidence Assessment Ratings Rating Description Substantial Confidence Based on the quoter's recent/relevant performance record, the Government has a high expectation that the quoter will successfully perform the required effort. Satisfactory Confidence Based on the quoter's recent/relevant performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort. Limited Confidence Based on the quoter's recent/relevant performance record, the Government has a low expectation that the quoter will successfully perform the required effort. No Confidence Based on the quoter's recent/relevant performance record, the Government has no expectation that the quoter will be able to successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available or the quoter's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Past Performance will be assessed as follows: Evaluation will focus only on work experience already performed. Work yet-to-be performed, and work prior to the last 3 years, will not be considered. In addition, performance data will only be assessed for those references demonstrating at least 1 year of completed performance prior to the closing date of the solicitation. Past Performance Relevancy Ratings - Regarding relevancy, each past performance reference under each quoter's Past Performance submission will be evaluated to determine its individual scope and magnitude relative to the instant requirement. The following definitions will apply to this evaluation: •· Scope: Experience in the providing the same or similar items/services defined in the solicitation. •· Magnitude: The measure of the similarity of the dollar value of actually performed work that exists between the solicitation's requirements and the quoter's contracts. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a vendor with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous proposal to the Government. In this instance, the quoter will receive a rating of " Not Relevant " in the relevancy rating factor. Past Performance Confidence Assessment Ratings - The overall assigned rating for Past Performance will be the Past Performance Confidence Assessment rating. The assignment of this rating will be based on the quality of the relevant past performance and will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor's performance. The quality of performance under a past performance reference that that has no relevance to the instant requirement will not be considered in the overall assessment of Past Performance Confidence. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, the quoter may not be evaluated favorably or unfavorably on past performance rather the quoter will receive an "Unknown Confidence" rating. In order to verify past performance information and determine the quality of the past performance submission, the Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires (i.e. the Past Performance Report Form), 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. This evaluation and rating is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the quoter and other competitors to successfully meet the requirements of the RFQ. In determining the rating for the past performance evaluation sub-factor, the Government will give greater consideration to the contracts which the Government feels are most relevant to the RFQ. Factor 3 - Price - Quotes will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3(a). Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional 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. (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 a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses incorporated in 52.212-5 are also applicable: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6 Notice of total Small Business Set-Aside (Nov 2011) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 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) 52.222-54 Employment Eligibility Verification (Jul 2012) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule below as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the timeframe indicated in the schedule below. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph Electronically as part of its annual representations and certifications at https://www.acquisition.gov, they are to indicate in the submitted quote, there is no need to complete these provisions again for a solicitation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (DEVIATION 2012-00004) (JAN 2012) 252.225-7000 Buy American-Balance of Payments Program Certificate (JUN 2012) 252.225-7001 Buy American and Balance of Payments Program (DEC 2012 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea - Alternate III (MAY 2002) The following SOFARS provision and clauses apply to this acquisition: 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000). All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Arethalia.whitfield @navsoc.socom.mil. Note : FAR 52.212-3 requires the use of the Central Contractor Registration (CCR). The CCR was migrated into the comprehensive System for Award Management (SAM), more information on SAM is found at https://www.sam.gov. Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. Shipment : All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Schedule: CLIN Description U/I Qty U/P Total Price 0001 ­­ ETS-LR ( (Long Range) Portable Electronic Target System Five (5) lanes, each with Two 36" x 36" aluminum target frames with friction-fit connectors and corner mount sensors Two Target station electronic packages (Pelican case enclosure) with data radio and remote antenna Rechargeable batteries with 8 hour battery life and charger Five (5) shooter Stations (ruggedized) Daylight readable touch screen Modified Tough book H2 Field with display stand Rechargeable batteries with 8 hours battery life and drop-in charging bay One (1) Master Control Station (ruggedized) Rechargeable battery with 8 hour battery life and charger To include One year warranty on parts/labor EACH 3 0002 Training - 8 hour Day -On Site (To include training) EACH 1 0003 Installation LOT 1 1001 Option ­­ ETS-LR ( (Long Range) Portable Electronic Target System Five (5) lanes, each with Two 36" x 36" aluminum target frames with friction-fit connectors and corner mount sensors Two Target station electronic packages (Pelican case enclosure) with data radio and remote antenna Rechargeable batteries with 8 hour battery life and charger Five (5) shooter Stations (ruggedized) Daylight readable touch screen Modified Tough book H2 Field with display stand Rechargeable batteries with 8 hours battery life and drop-in charging bay One (1) Master Control Station (ruggedized) Rechargeable battery with 8 hour battery life and charger To include One year warranty on parts/labor EACH 1 1002 Option Training - 8 hour Day -On Site (To include training) EACH 1 1003 Option Installation LOT 1 2001 Option ­­ ETS-LR ( (Long Range) Portable Electronic Target System Five (5) lanes, each with Two 36" x 36" aluminum target frames with friction-fit connectors and corner mount sensors Two Target station electronic packages (Pelican case enclosure) with data radio and remote antenna Rechargeable batteries with 8 hour battery life and charger Five (5) shooter Stations (ruggedized) Daylight readable touch screen Modified Tough book H2 Field with display stand Rechargeable batteries with 8 hours battery life and drop-in charging bay One (1) Master Control Station (ruggedized) Rechargeable battery with 8 hour battery life and charger To include One year warranty on parts/labor 2002 Option Training - 8 hour Day -On Site (To include training) EACH 1 2003 Option Installation LOT 1 Totals Detailed description for CLINS: see Attachment 1 - additional specifications ATTACHMENT 2 - Past performance information sheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92240-13-T-0521/listing.html)
- Place of Performance
- Address: Naval Special Warfare Group Four, 2220 Schofield Road, Virginia Beach, VA 23459, Virginia Beach, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN03139834-W 20130808/130807000746-a365d4704584f699f0db88d8aa6f3f37 (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 |