SOLICITATION NOTICE
N -- Collision Avoidance Sensor Assembly for Portal Crane, Norfolk Naval Shipyard, Portsmouth, VA
- Notice Date
- 7/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- N62470 NAVFAC Atlantic, Navy Crane Center Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247014T5026
- Response Due
- 7/29/2014
- Archive Date
- 8/13/2014
- Point of Contact
- Barbara Spruill 757-967-3819
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The solicitation number is N62470-14-T-5026 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-74 and DFARS DPN 20140528. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334513 and the Small Business Standard is 500 employees. This solicitation is set-aside 100% for small business concerns and will result in multiple award for a Firm Fixed Price contracts. Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources for CLIN 0001: Provide and install a Collision Avoidance Sensor Assembly (CASA) on a portal crane in order to determine the performance characteristics of the CASA at the Norfolk Naval Shipyard, Portsmouth, Virginia, in accordance with the attached Scope of Work. Period of performance is 60 after award for installation, demonstration, acceptance and testing. The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.204-7 System for Award Management 52.212-1 Instructions to Offerors “ Commercial Items 52.212-3 Alt I Offeror Representations and Certifications “ Commercial Items 52.212-4 Contract Terms and Conditions “ Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items including: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.219-8 Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ System for Award Management 52.239-1 Privacy or Security Standards 52.222-22 Previous Contracts and Compliance Reports 52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation 52.222-25 Affirmative Action Compliance The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications “ Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractors current sound financial status, as well as the ability to obtain required resources if the need arises. Pursuant to FAR 9.104-4 the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following: (1) Companys Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business The Contracting officer reserves the right to request additional information if needed. INVOICING: A first and final invoice shall be submitted in accordance with DFAS 252.232-7003. Interested vendors may send the quotation to the Navy in any of the following ways; (a) By e-mail to barbara.t.spruill@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: NAVY CRANE CENTER NAVAL FACILITIES ENGINEERING COMMAND NORFOLK NAVAL SHIPYARD BUILDING 491 PORTSMOUTH, VIRGINIA 23709-5000 ATTN: BARBARA SPRUILL (757) 967-3819 The quotation shall consist of three parts: (1) a written technical submission, (2) past performance information, and (3) price information. I. Written Technical Submission: Each vendor shall provide either one (1) original and one (1) copy in hard copy or an electronic version of the following: A written narrative demonstrating the capability of the company and its systems to meet the minimum requirements listed in the attached Scope of Work and below. The written technical submission is limited to a total of two (2) singled sided pages, twelve (12 pitch, one inch borders on all sides). Vendor must demonstrate their ability to provide a Collision Avoidance Systems Assembly (CASA) designed, fabricated, component tested, delivered, assembled, installed, tested and made ready for use at Norfolk Naval Shipyard, Portsmouth, VA by providing a brief narrative and/or catalog cuts and/or schematic panel drawings. II. Past Performance Information Submission: The blank Past Performance Questionnaire (PPQ) attached to this solicitation is provided for the vendor to submit to references for completion. Vendors should provide the completed PPQs with their proposals. If the vendor is unable to obtain a completed PPQ from a client for a project(s) before the solicitation closing date, the vendor should complete and submit with the quote the first page of the PPQ, which will provide contract and client information for the respective project(s). The Government may make reasonable attempts to contact the client noted for that project(s) to obtain the PPQ information requested. However, vendors should follow-up with clients/references to help ensure timely submittal of questionnaires. Note: Clients are highly encouraged to submit questionnaires directly to the vendor. However, if the client requests, questionnaires may be submitted directly to the Government ™s point of contact, Barbara Spruill via email at barbara.t.spruill@navy.mil. III. Price Submission: Vendors shall complete price schedule (attached) for CLIN 0001. Price quotes shall be held firm for sixty (60) days after the closing of the request for quote. ADDITIONAL: Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFARS 252.212-7000; (2) Acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation; (3) Large businesses are required to submit a draft subcontracting plan. EVALUATION OF QUOTATIONS (a) The Government will award a contracts resulting from this solicitation to the responsible vendors whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability, Past Performance, and Price. (b) A written order in response to the vendor ™s quotation will be e-mailed or otherwise furnished to the successful vendor(s). The Contracting Officer may ask the vendor(s) to provide written acceptance of an order. In other circumstances the vendor(s) may indicate acceptance by proceeding with the services ordered. SELECTION The Government intends to evaluate quotes and award multiple contracts using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor(s) whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance) when compared to other quotations. The Government reserves the right to award to other than the lowest priced vendor(s). 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 also reserves the right to not award a contract if a contract award is not in the best interest of the Government. This announcement will close at 2:00 p.m. EDT on 29 July 2014. Please direct questions to Barbara Spruill at barbara.t.spruill@navy.mil. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the System for Award Management (SAM) to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. (End of Combined Synopsis/Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247014T5026/listing.html)
- Record
- SN03414417-W 20140705/140703235313-a79a1055f6c79eb4db165fbd213b3fbf (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 |