SOLICITATION NOTICE
R -- Foreign Patent Maintenance Services - Package #1
- Notice Date
- 2/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541199
— All Other Legal Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-14-T-0147
- Archive Date
- 3/7/2014
- Point of Contact
- delia felps, Phone: 3017377569, Micelle Briscoe, Phone: 301-757-9739
- E-Mail Address
-
delia.felps@navy.mil, michelle.briscoe@navy.mil
(delia.felps@navy.mil, michelle.briscoe@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote Past Performance Matrix Contract Data Requirement List (CDRL-A001) Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-14-T-0147 is issued as a request for quote (RFQ), for a firm fixed price type contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Naval Air System Command (NAVAIR) and the Naval Air Warfare Center Aircraft Division (NAWC-AD) intends to award one firm fixed price type price contract for the acquisition of Cannadian and Mexican paent application maintenance services, which include foreign patent application prosecution, payment of any related annuities, examinaiton, issuance and maintenance fees. The Government intends to select one contractor. Competition Requirement : Competitive NAICS Code : 541199 Size Standard : $10.0M Period of Performance: 1 March 2014 through 28 February 2015 Place of Perfornance: 100% at contractor's facility FOB: The proposal shall include Free On Board (f.o.b.) Destination shipping terms. The contractor shall deliver the above product to: address 47076 Liljencrantz Road, Bldg. 435 Patuxent River, Maryland, 20670. Contract Line Item Number CLIN: 0001 Item: Foreign patent maintenance and License services Quanity: 1 Unit of Measure: Lot DPAS Rating: Not applicable Required Registration by all Contractors : In accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, it is mandatory that all offerors wishing to be considered for award must be registered with: • System for Award Management (SAM) ( www.sam.gov ) NOTE : This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Contact the Vendor POC on the website for information and guidance regarding these registrations. Registration information can be found at www.sam.gov. All quoters must maintain an active registration with the NAICS - 541199--All Other Legal Services. Applicable Clauses/Provisions (Federal Acquisition Regulation) FAR 52.212-1, Instructions to Offerors - Commercial Items is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items. The Government will evaluate the offerors proposal to determine the price fair and reasonable in accordance with FAR Part 13 and FAR Part 15, before making award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items is incorporated by reference and applies to this acquisition. The offeror shall include a completed copy of the provision with its quote. FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference and applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items is incorporated by reference; however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)); 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010)(Section 1553 of Pub. L. 111-5); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-10, Phohibition on Contracting with Inverted Domestic Corporations (May 2012)(section 738 of Division C of Public Law 112-74, section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Pub.L. 110-161); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2013)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (March 2007) (E.O. 11246);52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Sept 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans (Sept 2010)(38 U.S.C. 4212); 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010)(E.O. 13496); 52.223-18, Encouraging contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restriction on Certain Foreign Purchases (June 2008)(E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq) Note: All other terms and conditions in the attached RFQ apply. E valuation of Quotes : All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Acquisition of Commercial Items. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror (3) Past Performance: quotes must contain a Past Performance Matrix In order to be determined technically acceptable, an offer must clearly show that all items being quoted possess the following characteristics : 1. See attached RFQ for SOW 2. See attached RFQ for Technical Evaluation Criteria 3. Provide documentation per the RFQ to support technical acceptability All responsible sources may submit a quote (emailed quotes are preferred) which shall be considered by the agency by 2:30 PM Eastern Standard Time, 20 Feb 2014. Delia Felps Contract Specialist Phone: 301-7377569 Fax: (301) 995-0761 E-mail: delia.felps@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-14-T-0147/listing.html)
- Place of Performance
- Address: 100% at contractor's facility, United States
- Record
- SN03288432-W 20140215/140213234200-04d0ed59b84b4141eb8d1aa47b7438dd (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 |