SOLICITATION NOTICE
49 -- Manufacturer one (1) each H-53 Fall Protection Stand (FPS)
- Notice Date
- 5/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024414T0074
- Response Due
- 5/23/2014
- Archive Date
- 6/7/2014
- Point of Contact
- Kimberly Rieder 619-556-5239
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-14-T-0074. The RFQ and incorporated provisions and clauses are those in effect through FAR Fac 2005-73, Effective 29 Apr 2014 and DFARS-DPN 20140506. This solicitation is issued as a Total Small Business Set-Aside. NAICS Code 332312 Fabricated Structural Metal Manufacturing is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: Manufacturer one (1) each H-53 Fall Protection Stand (FPS) per drawing E97192 and in accordance with the attached statement of work. To include: Assembly/installation of FPS and training. Required delivery: 90 days after date of award. FOB Destination. Inspection and acceptance will be made at Destination by the Government at San Diego, CA 92135. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. STATEMENT OF WORK H-53 FALL PROTECTION STANDS 1.SCOPE: This Statement of Work (SOW) defines the effort required for fabrication, delivery, assembly, functionality check and on-site training for the H-53 Aircraft stand. We require 1 stand set (L/H & R/H) as per (91145) E97192. The stand set is to be delivered and assembled at FRCSW at bldg. 378 at NAS North Island, San Diego, CA 92135. 2.APPLICABLE DOCUMENTS: 2.1ASME Y14.100 Engineering Drawing Practices 2.2Code of Federal Regulations Title 29 Part 1910 Subpart D. 2.3AWS D.1.1 Structural Steel Welding Code for Steel. 2.4AWS D1.2 Structural Welding Code for Aluminum. 2.5ASTM A36 Standard Specification for Carbon Structural Steel. 2.6ASTM A500 Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 2.7ASTM A513 Standard Specification for Electric-Resistance-Welded Carbon and Alloy Steel Mechanical Tubing. 2.8OSHA Occupational Safety & Health Administration Subpart M 2.9ANSI A 10.32 American National Standards Institute 2.10EN795 European Normative Standards 3.REQUIREMENTS: 3.1 General Requirements: The following general requirements pertain to the H-53 stands. 3.1.1 The quote submitted will be the cost for the stand set (L/H & R/H), the expected time for manufacture, delivery, assembly and final verification of the stands. 3.1.2 Each stand shall be marked with its weight. 3.1.3 Each stand shall be marked with the print number (E97192). 3.2 Verification. Prior to acceptance, it shall be verified to operate by the contractor in view of FRCSW accepting personnel using the following inspections: 3.2.1 The H-53 stand set (L/H & R/H), shall comply with the design requirements specified in 2.2 of this document, which include specifications for handrail height, toe boards, stair angle, stair treads, minimum base to height dimensions of each stand and other critical design and safety elements. 3.2.2 In accordance with the requirements of 2.2 listed above, the stand set (L/H & R/H) will be designed with a safety factor of four based on the yield strength of the material. The platforms are designed for an OSHA medium duty (50 lb per sq ft) loading criteria. 3.2.3 If the stand utilizes dissimilar metals, the metals shall be insulated from each other to protect from galvanic corrosion. 3.2.4 Welding of all metal members and welder shall be in accordance with 2.3 and 2.4 identified above. 3.2.5 The stand set (L/H & R/H) shall be free from sharp edges and protrusions which could create a safety hazard to personnel using the stand set. 3.2.6 The stand set (L/H & R/H) shall be able to travel over 1 inch floor gaps while traveling at 3 mph without suffering any damage to the stand set. 3.2.7 The stand set (L/H & R/H) shall be stenciled with DO NOT EXCEED 3 MPH in multiple, clearly visible locations. 3.2.8 The stand set (L/H & R/H) shall be on casters that are free to rotate. All casters shall be able to swivel and have wheel brakes. 3.2.9 The stand set (L/H & R/H) shall be coated with a durable, weather resistant finish to protect from corrosion. 3.2.10 The walking surfaces of the entire stand set (L/H & R/H) shall be slip resistant. 3.2.11The Contractor, upon completion, shall provide the Government with a Certificate of Conformation that attests to having fulfilled and/or met all terms and specifications identified in the order, and is in keeping with FAR 52.246-15 CERTIFICATE OF CONFORMANCE (APR 1984). 3.3 Deliverables. In addition to the stand set (L/H & R/H), the following deliverable will be made to FRCSW North Island. 3.4.1 One hour training to ten (10) FRCSW personnel on the use and maintenance of the stand. 4.PERIOD OF FUNDING: 4.1The period of funding will be FY14 5. SECURITY 5.1Vetting: Upon award, the Contractor shall submit to Fleet Readiness Center Southwest (FRC-SW), Security Department, Bldg. 94.1, Code 6.5.2, PO Box 357058, NAS North Island, San Diego, CA 92135-7058, a letter requesting site clearance for all corporate personnel. The letter shall include: the first, middle, and last name(s), date of birth, citizenship (if other that U.S., a copy of resident visa), full SSN, contract number, and commencement and end date. The letter shall be required within five (05 EA) days following receipt of the order for supplies and services, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Designated Government Representative (DGR), at FRC-SW. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to kimberly.rieder@navy.mil received no later than COB 5:00PM (PST) on May 21, 2014. Answers to questions will be answered in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; The Government intends to award a Firm Fixed Price single award contract resulting from this solicitation on a technically acceptable, lowest price basis to responsible offeror whose offer conforming to the solicitation are evaluated and determined technically acceptable to the Government. The following factors shall be used to evaluate an offerors proposal: Technical Capability; Past Performance; Price; (A) Technical Capability: The Government has established the type and the quantity of Fall Protection Stands (FPS) required to support the requirement. The technical capability of a vendor will be evaluated on the vendor s ability to manufacture the type of FPS specified under the scope of work in accordance with the Government s drawing. For a contractor s proposal to be determined technically acceptable, the contractor must furnish the following data: Technical data: Technical data shall be submitted in accordance with FAR 52.212-1(a)(4). Product literature and technical data shall be submitted that demonstrates the type of manufacturing equipment, other supporting equipment in their possession to support an offerors proposal for the manufacture of the FPS. In addition, a technical proposal (2-4 pages) is to be submitted outlining specific details on how the contractor shall accomplish the manufacturing of the FPS, deliver, fabricate/install (on-site) and provide training. The technical proposal shall include data on the use of any sub-contractors in the manufacturing, assembly/testing/delivery and training processes involved with the requirement. (B) Past Performance: Offerors shall provide Past Performance data on your companies two most recently completed Federal Government or commercial contracts that have delivered the same type or similar item as identified under this solicitation. Data submitted shall not have exceeded (3) years since completion for same or similar material required by this solicitation. See Attachment (2) Past Performance Information data sheet This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives and past performance information submitted will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate capability and performance. (C) Pricing: Contractors shall provide the following pricing information: A calculated unit price for the FPS to include all transportation charges to San Diego, CA 92135 and a total cost. RATINGS: (A) Technical capability factors shall be rated as Acceptable or Unacceptable . Offerors that comply fully with the technical capability requirements of submitting all required technical data, and the technical proposal will be rated as Acceptable and have their Past Performance data evaluated. Offerors that do not fully comply with the technical data requirements will be rated as a Unacceptable and may not be evaluated any further. (B) Past Performance factors shall be rated as ACCEPTABLE , UNACCEPTABLE or NEUTRAL Past Performance ratings are as followed: Acceptable:Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service.. Unacceptable:Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and inadequate equipment Neutral: No relevant past performance data available for evaluation. The Government will not make award to a proposal that the Government evaluates as Unacceptable on Past Performance. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral. The Government will give an Acceptable Past Performance rating to proposals where the offeror has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. The Government will give a Neutral Past Performance rating to offerors that lack a record of relevant Past Performance or for whom information on Past Performance is not available. In accordance with FAR 15.305 (a)(2), the Government will not evaluate such offerors favorably or unfavorably on Past Performance. Offerors are reminded, however, that a proposal that receives a Neutral on Past Performance may not represent the most advantageous proposal to the Government and, thus, may be an unsuccessful proposal. Accordingly, the Contracting Officer reserves the right to determine that a higher-priced proposal with an Acceptable rating on Past Performance may be more advantageous to the Government than a lower-priced proposal with a Neutral rating on Past Performance. Upon completion of the evaluation of the proposals, the Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government s best interest to do so. The Government would make such multiple awards only to responsible offerors whose proposals are determined technically acceptable, with acceptable Past Performance and fair and reasonable pricing. The Government may reject any or all proposals, if such action is in the best interest of the Government. The Government may waive informalities and minor irregularities in proposals received. The Government intends to evaluate proposals and award a contract(s) without discussions with offerors (except clarifications) as described in FAR 15.306(a)). Therefore, the offeror s initial proposal should contain the offeror s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management. FAR 52.233-4 Applicable Law for Breach of Contract claim. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Quoting contractor s should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Offeror s Past Performance Data: 1. This performance data is to be used to evaluate your Company s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Offeror s Past Performance Data: 1. This performance data is to be used to evaluate your Company s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. End of Clauses/Provisions. Quotation information may be submitted via email. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-14-T-0074 on all documents and requests for information. Quotes must be received no later than COB 1900 (PST) on May 23, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0074/listing.html)
- Record
- SN03367969-W 20140517/140515235548-ce084b8e6d1821a1e3e16012d00b4230 (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 |