SOLICITATION NOTICE
H -- On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast Hangar and Walk-In Booth to meet regulatory compliance requirements
- Notice Date
- 11/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- N0024415T0010
- Response Due
- 11/12/2014
- Archive Date
- 11/27/2014
- 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 N00244-15-T-0010. The RFQ and incorporated provisions and clauses are those in effect through FAR Fac 2005-77, Effective 14 October 2014 and DFARS-DPN 20141014. This solicitation is issued as a 100% small business set aside. NAICS Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance is applicable and business size is $7.5 million. ************************************************************************** Line Item 0001: On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth to meet regulatory compliance requirements in accordance with the attached statement of work. Period of performance: December 1, 2014 through September 30, 2015 Qty. 1 Lot Line Item 1001 (Option Item): On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth to meet regulatory compliance requirements in accordance with the attached statement of work. Period of performance: October 1, 2015 through September 30, 2016 Qty. 1 Lot Line Item 2001 (Option Item): On-site annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth to meet regulatory compliance requirements in accordance with the attached statement of work. Period of performance: October 1, 2016 through September 30, 2017 Qty. 1 Lot 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 PMB Hangar/Walk-In Booth: Leak-Free System and Letter of Certification RCP #N6588815RC60502 1. SCOPE 1.1.This Statement-of-Work (SOW) identifies necessary supplies and services to establish an on-site, maintenance agreement for leak-free certification of Government owned assets, at Fleet Readiness Center Southwest (FRC-SW), PO Box 357058, NAS North Island, San Diego, CA 92135-7058. Maintenance and repair services shall include: all travel, accommodations, materials, parts, labor and equipment needed to complete the work. 1.2.The services requested are for two Plastic Media Booth (PMB) systems as described on the respective permits. 1.2.1.Bay 11 Permit to operate defines the first system as an Abrasive Blast Facility (90 x 56 x25 ): 6 Stripping Technologies Inc. Airwall Filter System, 2 Twin City Fan and Blower Co. size 542 Type TSL-SW Exhaust fans, Total 106,000 CFM This system has twin exhaust stacks approximately three stories, roughly 5 in diameter, maybe 36 high with access via the attic or roof. 1.2.2.Bay 13 Authority to Construct defines the second system as an Abrasive Blast Room w/ Recycling: Spray Systems Inc., (40 x 16 12 ); EnviroSystems AW160 Dust Control w/ 30 cartridges , 20 HP Blower Motor, 16,000 CFM This equipment has the exhaust motor is directly above this and has almost no exhaust ducting there is a snail shape plenum with an opening of 18 x 18 approximately. 1.3.FRC-SW is desirous of obtaining an accord that identifies annual support, with a primary Period-of-Performance (POP) from time-of-award, through 30-SEPTEMBER-15. Additionally, the Government reserves the right to exercise two (2 EA), subsequent, option periods (e.g. 10-1-15, to 9-30-16 and 10-1-16, to 9-30-17). 2.APPLICABLE DOCUMENTS A.Environmental Protective Agency (EPA) B.California Air Resources Board (CARB) C.San Diego Air Pollution Control District (APCD) D.California (CALIF) O.S.H.A., Regulation #5143 (a) 5 E.California (CALIF) O.S.H.A., Regulation #5143 (c) 2 3.REQUIREMENTS 3.1.The Contractor shall provide the Government with annual maintenance services to establish a leak-free status and certification of the Plastic Media Blast (PMB) Hangar and Walk-In Booth (i.e. Bldg. 468; Bay 11/13), to meet regulatory compliance requirements through California (CALIF) O.S.H.A., Regulation #5143 (a) 5 and Regulation #5143 (c) 2. 3.2.The Contractor must have full knowledge of the referenced equipment, must be able to perform all work in-compliance with the Original Equipment Manufacturer s (OEM) technical specifications, current commercial practices, and in accordance with this Statement-of-Work (SOW). 3.3.Maintenance services and leak-free certification will be performed annually (1X), and will be coordinated through the Designated Government Representative (DGR). 3.3.1.The Contractor will coordinate/schedule all services requiring site visitation by corporate personnel, with the DGR. This is the only Government representative, in addition to the Contracting Officer, Contract Specialist or Purchasing Agent at Naval Supply Systems Command, Fleet Logistics Center San Diego (NAVSUP FLCSD), who is authorized to place calls to your company. 3.3.2.In the event the DGR does not call to schedule an annual maintenance appointment prior to August 31st, the Contractor shall contact the DGR to ensure the service is scheduled and completed during either the second or third week, of September. 3.3.3.This proviso shall remain in effect throughout the life of the order, and each identified Period-of-Performance (POP). 3.4.Services are to be performed Monday through Friday (excluding Federal holidays or shutdown period), during the hours of 7:00 AM and 4:00 PM, local time. 3.4.1.Work schedules that are influenced by either a federal holiday or shutdown period will be initiated or resumed on the next regularly scheduled workday, of the Government. 3.4.2.The Contractor shall provide all test equipment, including: tools, diagnostic and alignment devices, meters, hardware, software, etc., needed to complete the work. 3.5.Services shall provide basic equipment cleaning, the inspection and/or identification of components for wear, lubrication, adjustment and testing, which is commensurate with maintaining operation and function at the designed and/or engineered parameters, of the OEM. 3.6.The Contractor shall perform annual maintenance and leak-free certification in accordance with the following: 3.6.1.Maintenance shall include minor repairs in order to properly complete the leak free test which should include providing the appropriate fixes to the exhaust systems (i.e. caulking, sealant, duct tape, gaskets, reseating filters) as identified during testing. 3.6.2.The Contractor shall undertake and complete a confined space entry flood leak test and certification procedure. 3.6.3.The application will entail measurement of mechanical ventilation equipment: (a) Bay 11 Aircraft Hangar: 106,000 acfm airflow per Pitot Traverse method, and (b) Bay 13 Walk-In: 16,000 acfm airflow per Pitot Traverse Method, as required. 3.6.4.Identified maintenance necessities will include: all preparation costs, adjustment of components, sealing of doors, man-ways, hatches, etc., and a coordinated shutdown of the system prior to testing, and the test itself. 3.6.5.It is duly noted, the dynamics of operating said equipment require due diligence on behalf of FRC-SW, and the Contractor cannot guarantee or warranty (either expressed or implied) the equipment will continue to operate mechanically correct or leak-free after the original date of certification. 3.7.Supplies and services shall be rendered to the extent necessary (as determined by either inspectional testing and/or disassembly) to ensure a functional asset that will serve its designed/intended purpose. 3.7.1.Work completion shall be achieved within forty-eight (48) hours following the arrival of the field-service technician. 3.7.2.The only exceptions to the requirement cited above will be for extenuating circumstances that are considered beyond the immediate control of maintenance and/or service personnel, and to be reasonable or prudent within industry standards. 3.8.The Contractor shall provide the Government with a detailed Field Service Report (FSR), following each site-visit. 3.8.1.The report shall include, but is not limited to: the Field Service Technicians name(s), model and serial number of the equipment, date and time of arrival, completion time, a list of repairs and services performed, a list of suggested future parts and/or repairs required, as well as results of the testing. 3.8.2.The cited report shall be sent to the indicated DGR using e-mail or a traceable means (e.g. via U.S. Postal mail or expedited courier service; Fed-Ex, UPS, DHL, etc.) within seven (07 EA) days, of completion of services. 3.9.Certificate of Conformance 3.9.1.In keeping with FAR 52.246-15, FRC-SW is requesting that upon completion of the contractually identified terms and specifications, and prior to seeking compensation for services rendered, the Contractor shall complete and submit a Certificate of Conformance attesting to having met all requirements cited in the order for supplies and services. 4.REPAIR, REPLACEMENT AND SHIPMENT OF PARTS 4.1.All materials and supplies related to these services that are not personally delivered by the Contractor shall be shipped via traceable means (i.e. FedEX, UPS, etc.) to the following address: Attn: (Designated Government Official) FRCSW NAS North Island Bldg. 825-3 Quentin-Roosevelt Blvd. San Diego, CA 92135-7058 4.2.The Contractor shall notify the Designated Government Representative (DGR) when any and all material has shipped and provide the applicable tracking numbers. 4.3.The Contractor shall be notified by the DGR when all of the material has been received. 5.INSTRUCTION/GUIDANCE FOR ADDITIONAL SUPPLIES/SERVICES 5.1.No additional repairs, supplies, or services are authorized under this agreement other than those specified within this SOW without written consent from the Government via the Contracting Officer. 5.2.Should the Contractor be confronted with uncertainty related to performance, or have knowledge of a necessity that has not been previously identified within the limitations of this negotiated agreement, the Contractor is instructed to immediately notify the Designated Government Representative (DGR) of a potential disparity in requirements, which may adversely impact the ability of the Contractor to provide requested and/or identified services. 6.TERMINATION AND UNUSED PORTION 6.1.Any resultant contract awarded as a result of the solicitation may be terminated in accordance with FAR 52.212-4(l) or (m). 6.2.In the event that such actions are required, all related correspondence and/or documentation shall be submitted to the attention of the Contracting Officer, at the Naval Supply Systems Command, Fleet Logistics Center San Diego (FLCSD). 7.POINT OF CONTACT (POC) 7.1.Designated Government Representative (DGR) Andrew Voshell Bldg. 90-2, Code 6.1.3 7.2 Technical Point-of-Contact (TPOC) Charlie Miller Bldg. 466, Code 98100 8.SECURITY AND BASE ACCESS 8.1.Upon award, the Contractor shall submit to Fleet readiness Center Southwest (FRC-SW), Security Department, Bldg. 94-1, Code 7.4, PO Box 357058, NAS North Island, San Diego, CA 92135-7058, a letter requesting site clearance for all Contractor personnel. 8.1.1.The letter shall include: the name(s), date of birth, place of birth, citizenship (if other than U.S. a copy of the resident visa), full SSN, contract number, and contract commencement and end date. 8.1.2.The letter shall be required within five (05 EA) days following receipt of the order for supplies and services, by the Contractor. 8.1.3.Additionally, the Contractor shall send a copy of the clearance request to the Designated Government Representative (DGR), at FRC-SW. (SEE PARAGRAPH 7.1) 8.2.Vetting will necessitate advance planning and the timely exchange of the cited and/or required information, with the Government. For clarification, the procedure requires a minimum of ten (10) business days following receipt of the Personally Identifiable Information (PII) and may be subject to heightened security requirements, without advance notice. 8.3.All personnel will be required to check-in at the Visitor Control Center (Bldg. 680), which is located at the Main Gate point-of-entry to Naval Base Coronado (NBC), NAS North Island, San Diego, CA, between the hours of 0630-1600. 9.INVOICING / METHOD OF PAYMENT 9.1.The order will be served by billing in arrears, following receipt of the order s indicated supplies and services, by the Government. 9.2.The Contractor shall submit all demands for payment in accordance with DFAR CLAUSE 252.232-7006, and provide all invoices electronically through Wide Area Work Flow (WAWF). 9.2.1.Pay Official DoDAAC N68732 Inspect by N65888 Approver /Acceptor / LPO DoDAAC N65888 WAWF Acceptor: Certifier: 9.3.The Contractor is cautioned not to exceed the amount specified herein, without prior written authorization from the Contracting Officer. Failure to comply with this requirement will result in rejection of the invoice for payment. 9.4.The Contractor is hereby advised the United States Government and Agencies are exempt from State and Local Government Tax by virtue of Article 6 of the United States Constitution. No exemption certificate is required. 10.ADDITIONAL INFORMATION 10.1. There shall be no additional maintenance charges or fees, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional maintenance personnel, equipment, or delivery of parts), or for transportation to, or from, other sites. 10.2. Overtime work is not included in this order. 10.3. The Contractor will insure that all personnel involved in this work order are aware of the monetary limitations. End 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 November 7, 2014. Answers to questions will be provided 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 technical capability of a vendor will be evaluated on the vendor s ability to provide annual maintenance services to establish a leak-free status and certification to meet regulatory compliance requirements as specified under the scope of work. 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). Service literature and technical data/narrative shall be submitted that clearly and sufficiently demonstrates to the Government that the Contractor has knowledge of the referenced equipment, is capable of performing all work in compliance with the Original Equipment Manufacturer s technical specifications, is knowledgeable of and can meet all applicable federal and state laws and regulation, and has the training to evaluate, certify, and maintain the specified equipment. The service literature and technical data/narrative shall be no longer than three (3) pages. (B) Past Performance: Offerors shall provide Past Performance data on your companies three most recently completed Federal Government or commercial contracts where the same type or similar services have been performed as identified under this solicitation. Data submitted shall not have exceeded (3) years since completion for same or similar services required by this solicitation. See below for the 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. 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: The Contractor shall provide calculated itemized pricing for the annual maintenance services specified in this request for quote to include all material costs, labor costs, and transportation charges to San Diego, CA 92135, and a total cost. The contractor shall provide any published/commercial price/labor rate listings. The itemized cost will be used for evaluation purposes only. 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 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. 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 Alt1, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 2014; 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 52.217-5 Evaluation of Options FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 34 months. 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 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23410 Heating, Ventilation and Air-Conditioning Mechanic$24.52 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 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification FAR 52.232-18 Availability of Funds 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 52.246-15 Certificate of Conformance 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 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American Balance of Payments Program. DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea WAGE DETERMINATION WD 05-2057 (Rev.-15) was first posted on www.wdol.gov on 08/05/2014 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2057 Diane C. Koplewski Division of | Revision No.: 15 Director Wage Determinations| Date Of Revision: 07/25/2014 _______________________________________|____________________________________________ State: California Area: California Counties of Imperial, San Diego 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 3985 Cummings Road, Bldg 116 3rd floor, San Diego, CA 92136. 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 Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES 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: Reference #1: 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. Reference #2: 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 ondelivered 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. Reference #3: 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0010/listing.html)
- Record
- SN03564478-W 20141105/141103234431-fe4c4cc4a26b8eb6108d4dddb8f43699 (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 |