SOLICITATION NOTICE
R -- MOBILE PIER SIDE CUT AND SEW APPAREL SERVICES
- Notice Date
- 6/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315210
— Cut and Sew Apparel Contractors
- 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
- N0024414T0091
- Response Due
- 6/30/2014
- Archive Date
- 1/15/2015
- Point of Contact
- CHARLES E. FLETCHER II 619-556-5519
- E-Mail Address
-
Contract Specialist
(charles.e.fletcher@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS. The RFQ number is N00244-14-T-0091. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 11. It ™s the responsibility of the contractor to be familiar to with the applicable clauses and provisions. The clauses can be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars.index.htm. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Code “ R401 Personal Care Services “ NAICS 315210 Cut and Sew Apparel Contractors. The Small Business Standard Size is 500. The agency need of the following requirements: ITEM NUMBER 0001 MOBILE PER SIDE CUT AND SEW APPAREL SERVICES, Qty: 1 LOT PERIOD OF PERFORMANCE: 08 JULY 2014 “ 15 AUGUST 2014 ITEM NUMBER 0002 TECHNICAL DATA IAW CDRL Qty: 1 LOT NOT SEPARATELY PRICED Invoicing is monthly in arrears. The method of payment is Government Commercial Purchase Card. Attachments to the solicitation are the Performance Work Statement (PWS), the Wage Determination, Quality Assurance Plan (QASP) and Site Location. The requirement is for a Firm-Fixed Price service type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following clauses and provisions apply: FAR 52.04- Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; FAR 52.232-18 Availability of Funds; FAR 52.233-1 Disputes; FAR 52.204-9 Personal Identity Verification of Contract Personnel; FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-2 Evaluation ”Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representation and Certifications Commercial Items. Clause 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 (JAN 2013) (Deviation) applies as well as the following clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (May 2012) applies with the following applicable clauses: FAR 52.203.13- Contractor Code Of Business Ethics and Conduct (Apr 2010); FAR 52.204-7 Central Contractor Registration); FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov2011); FAR 52.219-8 Utilization of Small Business Concerns (June 2011); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Mar 2012); FAR 52.222-21 “ Prohibitions of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 1998); FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act ”Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications; FAR 52.233-4 Applicable Law for Breach of Claims; FAR 52.232-36 Payment by Third Party; FAR 52.245-1 Government Property (Apr 2012); FAR 52.245-9 Use and Charges (Apr 2012); FAR 52.247-34 F.O.B. Destination; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-2 Clauses incorporated by Reference (Feb 1998); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2012), applies with the following clauses applicable for paragraph (b); DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); FAR 52.203- Gratuities (Apr 1984); 252.225-7001 Buy American and Balance of Payments Program (Jun 2012); DFARS 252.204-7004 Required Central Contractor Registration; 5252.237-9402 Resume Requirements (June 1994); Award By Full Quantity; Review Agency Protests; Subpart 5237.1-Service Contracts General and Unit Prices. The offeror must submit a price for all items in this solicitation to be eligible for award. The award resulting from this solicitation will be a Firm Fixed Price (FFP) service contract. It will be awarded as Lowest Priced Technically Acceptable (LPTA) procurement under FAR Part 12. This solicitation is set aside 100% Small Business set-aside. All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.sam.gov Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your proposal. Questions regarding any aspect of this procurement must be submitted in writing to the Contract Specialist. Other methods of submitting questions are not authorized and will not be acknowledged or addressed. The Government will make every attempt to answer all questions in a timely manner. All questions must be submitted by 12:00 PM Pacific Standard Time (PST) 27 June 2014. Proposal Format and Content: All offers must be submitted electronically in three (3) separate files as follows: Volume I -Technical Capabilities and Experience (Do Not Include Pricing Info) Volume II - Past Performance (Do Not Include Pricing Info) Volume III - Price Electronic copies of all quotes are to be submitted via e-mail to charles.e.fletcher@navy.mil. All offerors will be contacted by the contract specialist that the quote was received. If the contract specialist has not responded, then the quote was not received. All copies must be able to be printed out single-sided, on either an 8.5 ¯ by 11 ¯ paper or 11 ™ by 17 ™ paper for diagrams, charts, or graphic materials. Type size 10, Times New Roman font. Pages of each volume must be numbered consecutively. All quotes must be received by 30 June 2014 at 12:00 P.M. Pacific Standard Time (PST). This posted closing date and time applies to all electronic copy submissions. Each volume must include the following information: Cover Sheet “ The cover sheet shall include: Title “ N00244-14-T-0091 Mobile Pier Side Cut and Sew Apparel Services Volume Name (Technical, Past Performance, or Price) Volume Number Name and address of the offeror, point-of-contact (POC), title, telephone number, fax number, email address, Taxpayer Identification Number (TIN), Data Universal Numbering System (DUNS), Commercial and Government Entity (CAGE) code. Table of Contents “ The table of contents shall provide enough detail to easily locate all important elements of the proposal. Data submitted directly to the Government by subcontractors in support of the prime offeror ™s price proposal shall follow the above format. In addition, the prime offeror shall be prominently identified. All submissions are subject to the posted submission requirements including the posted closing date and time. NOTE: Offers submitted on NECO will be rejected as Non-Responsive. An offer may be submitted through e-mail. No mailed copy will be accepted.. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: (i)Technical Capability of the item offered to meet the Government requirement; (ii)Past performance; (iii)Price The proposal must be determined to be acceptable in both technical and past performance, to be considered for award. A list of the minimum technical acceptability criteria is listed below: Minimum Technical Acceptability Criteria 1. Must demonstrate the ability to achieve accurate and timely delivery of cut and sew apparel services for 10,300 coveralls In Accordance With (IAW) the Performance Work Statement (PWS) paragraph 3.2. 2. Must demonstrate the ability to complete all required rework as necessary within 24 hours. 3. Must demonstrate the ability to provide a processing plan to receive, stage, store, re-distribute coveralls and provide changing rooms for 3,433 ship ™s personnel IAW the PWS paragraphs 3.1, 3.1.1 and 3.1.2. 4. Must demonstrate the ability to collect daily logs IAW the PWS paragraph 3.5. 5. Must demonstrate the ability to provide a pier side mobile operation IAW the PWS paragraph 2.1. 6. Must demonstrate the ability to provide safeguards to ensure all coveralls are accounted for at all times during the performance of contracted services IAW the PWS paragraphs 3.4 and 3.5. 7. Must demonstrate the ability to provide all personnel, equipment and supplies necessary to perform outfitting and sewing services IAW the PWS paragraph 3.1. 8. Must demonstrate the ability to provide a safeguard plan for all areas affected by the outfitting and sewing services. All areas shall be kept clean and all waste material generated to be removed from the areas daily IAW the PWS paragraph 3.6. TECHNICAL PROPOSAL: The purpose of this section is to enable the Navy to assess the Offeror's technical understanding of, and capability to perform, manage, and control, tasks in the Statement of Work. The Technical Capability Proposal shall consist of no more than 10 pages. There shall be no cost information included in the Technical section of the offer. Technical Approach: The Offeror shall provide a narrative explanation of its general understanding of the methodology and ability to perform all tasks listed in the Statement of Work. The technical approach should demonstrate that the Offeror can accomplish the specified work in a technically competent, timely, cost effective manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes, other methods the Offeror will use to meet each requirement stated in the PWS. The technical approach is not to be a restatement of the information contained in the PWS. Technically Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. PAST PERFORMANCE: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. 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. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror ™s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror ™s performance record is unknown. UnacceptableBased on the offeror ™s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (b) 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. (End of provision) At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror ™s best terms from price. All responsible Offerors are to submit CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Questions regarding any aspect of this procurement must be submitted in writing to the Contract Specialist. Other methods of submitting questions are not authorized and will not be acknowledged or addressed. The Government will make every attempt to answer all questions in a timely manner. All questions must be submitted by 12:00 PM Pacific Standard Time (PST) 27 June 2014. Proposal must be received no later than 12:00 PM (PST), 30 June 2014, Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Only electronic responses shall be accepted via e-mail. Each submission should be virus scanned prior to being sent via e-mail to the POC listed: Charles E. Fletcher II email: charles.e.fletcher@navy.mil. Oral communications are not acceptable in response to this notice questions must be submitted via e-mail. The Government will make every attempt to answer all questions in a timely manner. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. (End of Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0091/listing.html)
- Place of Performance
- Address: NAVAL AIR STATION NORTH ISLAND, SAN DIEGO, CA
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN03403850-W 20140626/140625021606-e72833296ef98bbd1a60cac53612591a (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 |