Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
SOLICITATION NOTICE

54 -- Geospace Cleanroom Facility - Attachments

Notice Date
8/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-14-R-WR01
 
Archive Date
12/31/2014
 
Point of Contact
Ryan Wheelock, Phone: 228-688-5434, Richard D Sewell, Phone: 228-688-4571
 
E-Mail Address
ryan.wheelock@nrlssc.navy.mil, rich.sewell@nrlssc.navy.mil
(ryan.wheelock@nrlssc.navy.mil, rich.sewell@nrlssc.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - On-Site Requirements (10 Pages) Attachment 1 - Specifications (18 Pages) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. This solicitation, N00173-14-R-WR01 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76 and DFARS Change Notice 20140805. The North American Industry Classification System (NAICS) code is 332311. This is a 100% Small Business Set-Aside. The associated small business size standard is 500 employees. NRL has a requirement for the disassembly and disposal of a current cleanroom and the design and assembly of a new ISO-14644 Class 7 cleanroom. CLINs should be priced as follows: Item # Schedule of Supplies/Services Quantity Unit Unit Price Amount UII 0001 ISO-14644 Class 7 Cleanroom in accordance with Attachment 1 1 EA $______ $_____ YES 0002 Disassembly and Disposal of Current Cleanroom 1 EA *NSP *NSP - 0003 Preliminary Design Drawings Review 1 EA *NSP *NSP - 0004 Final Design Drawings 1 EA *NSP *NSP - 0005 Operation, Maintenance, and Equipment Manuals 4 EA *NSP *NSP - 0006 Installation/Certification 1 EA *NSP *NSP - The complete specification and/or other information required for this combined synopsis/solicitation is attached to this solicitation. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text attached. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be: Item No. Quantity Within Days After Date of Contract Award 0001 1 120 0002 1 30 0003 1 45 0004 4 80 0005 1 100 0006 1 115 The provision at 52.212-1, Instructions to Offerors-Commercial (APR 2014), applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated (JAN 1999). The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: Award will be based on technical acceptability (acceptable or not acceptable), past performance (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for proposal. All offeror's shall provide with their quotation, descriptive literature, brochures, and technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph, you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. Offeror shall provide test data or documentation verifying that their proposal meets ALL of the listed requirements and is a tested technology. Offeror shall annotate the RFP specifications in their response. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall: (a) register in, and complete the electronic annual representations and certifications via the System for Award Management (SAM) at http://www.sam.gov; and (b) complete and provide the requirements at FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (MAY 2014). In accordance with paragraph (b)(2) of FAR 52.212-3, if changes to the SAM annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JAN 2014), applies to this acquisition. The following additional FAR and DFARS clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.204-7 System for Award management (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.209-10Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.219-6Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8 Utilization of Small Business Concerns (May 2014) 52.219-14Limitations on Subcontracting (Nov 2011) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor-Cooperation With Authorities and Remedies (Jan 2014) 52.222-21Prohibition of Segregated Facilities (Feb 1999) 52.222-26Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Jul 2014) 52.222-36Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-37Employment Reports on Veterans (Jul 2014) 52.222-40Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54Employment Eligibility Verification (Aug 2013) 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) 52.222-51 Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--Requirements (May 2014) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.211-7007 Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry (Aug 2012) Offerors can request to visit the site of the existing cleanroom no later than August 18th, 2014. Each site-visit will be privately held. All questions a vendor might have during the site-visit shall be written down and submitted to ryan.wheelock@nrlssc.navy.mil once the site-visit has concluded. The site-visit will be used for solicitation purposes only. The Contract Specialist must receive all questions: site-visit questions and questions regarding the solicitation no later than 2 business days before the response date of this solicitation. Facsimile proposals are NOT authorized. Proposals shall be submitted via e-mail to ryan.wheelock@nrlssc.navy.mil (primary) or eric.sogard@nrlssc.navy.mil (alternate) in either Microsoft Word or pdf format on or before the response date. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-14-R-WR01/listing.html)
 
Place of Performance
Address: Naval Research Laboratory, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN03462294-W 20140814/140813022723-e788d03e1595613ba37b50a9bc0eaf48 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.