SOLICITATION NOTICE
J -- ON-SITE TELEPHONE COMMUNICATIONS OPERATIONAL, MANAGEMENT, MAINTENANCE, AND TECHNICAL SUPPORT SERVICES FOR NCTAMS LANT AT NWS EARLE, NJ.
- Notice Date
- 11/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915TZ026
- Response Due
- 12/18/2014
- Archive Date
- 1/1/2015
- Point of Contact
- Bridget Blaney 215-697-9628 Joel Asher, 215-697-9650
- Small Business Set-Aside
- N/A
- 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 Subpart 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; 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 (http://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire on a competitive basis ON-SITE TELEPHONE COMMUNICATIONS OPERATIONAL, MANAGEMENT, ACQUISITION, AND TECHNICAL SUPPORT SERVICES for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) NAVAL WEAPONS STATION, EARLE, located in Colts Neck and Leonardo, NJ. A firm-fixed price contract is anticipated. The basic period of performance is from 1 March 2015 through 30 September 2015; the requirement also includes four (4), one-year option periods. All responsible sources may submit a quote that will be considered by the Navy. The RFQ number is N00189-15-T-Z026. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Change Notice 20141113. 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 811213 and the Small Business Standard is $11 Million. The proposed contract will be processed on a full and open, competitive basis. NAVSUP FLC requests responses from qualified sources capable of providing the following: 1001 Base period Telecom Support Services 6 months 1002 Base period NTE Materials 1 Lot 2001 Option I Telecom Support Services 12 months 2002 Option I NTE Materials 1 Lot 3001 Option II Telecom Support Services 12 months 3002 Option II NTE Materials 1 Lot 4001 Option III Telecom Support Services 12 months 4002 Option III NTE Materials 1 Lot 5001 Option IV Telecom Support Services 12 months 5002 Option IV NTE Materials 1 Lot The following FAR provisions and clauses are applicable to this procurement: 52.203-3, Gratuities; 52.204-2, Security Requirements; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-13, System for Award Management Maintenance; 52.209-7, Information Regarding Responsibility Matters; 52.212-1, Instructions to Quoters - Commercial Items (Variation); 52.212-2, Evaluation (Variation); 52.212-3, and its ALT I, Quoter 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; 52.204-10; 52.209-6; 52.209-9; 52.209-10; 52.219-4; 52.219-8; 52.219-9; 52.219-16; 52.219-25; 52.219-26; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-13; 52.232-33; 52.239-1; 52.222-41; 52.222-42; 52.222-43; 52.222-17 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.219-9 (DEV), Small Business Subcontracting Plan (Deviation); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications; 52.232-18, Availability of Funds; 52.233-2, Service of Protest; 52.237-1, Site Visit; 52.237-2 Protection Of Government Building, Equipment, And Vegetation; 52.252-1, Solicitation Provisions Incorporated by Reference; and 52.252-2, Clauses Incorporated by Reference. Quoters are reminded to include a completed copy of FAR 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are as follows: 252.201-7000, Contracting Officers Representative; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control Of Government Personnel Work Product; 252.204-7004 Alt A, System for Award Management Alternate A; 252.204-7011, Alternative Line-Item Structure; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.205-7000, Provision Of Information To Cooperative Agreement Holders; 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; 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2014 Appropriations (Deviation); 252.215-7008, Only One Offer; 252.219-7003 (Dev), Small Business Subcontracting Plan (DOD Contracts) (Deviation); 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American And Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.226-7001, Utilization of Indian Organizations and 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; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.237-7023, Continuation of Essential Contractor Services; 252.237-7024. Notice of Continuation of Essential Contractor Services; 252.239-7017, Notice of Supply Chain Risk; 252.239-7018, Supply Chain Risk; 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification Of Transportation Of Supplies By Sea; 5252.243-9400, Authorized Changes Only By the Contracting Officer; 5252.NS-002T, Contract Administration Appointments and Duties; and 5252.NS-046P, Prospective Contractor Responsibility. See the solicitation for all clauses, including NAVSUP FLC local clauses. This announcement will close at 3:00 PM (EST) on 18 December 2014. The point of contact for this solicitation is Bridget Blaney, who can be reached at 215-697-9628 or via email at bridget.blaney@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of factors - a combination of price and technical acceptability. The quoter will provide two (2) submissions: Non-Price and Price. The quoter s Non-Price Submission will be considered more important that the quoter s Price Submission. The Non-Price Submission will be composed of four (4) parts: Performance Approach, Corporate Experience, Past Performance, and Socio-Economic Plan. Performance Approach will be considered the most important non-price factor. Corporate Experience and Past Performance will be considered of equal importance to each other, and each will be considered less important than Performance Approach. All other non-price factors will be considered significantly more important than the quoter s Socio-Economic Plan. The relative importance of the factors is as follows: 1.Non-price: a.Performance Approach; b.Corporate Experience; c.Past Performance; d.Socio-Economic Plan; and 2.Price. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the Performance Work Statement (PWS) 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 five 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 services were performed and the number (phone and/or Internet) of a contact for each contract listed. NOTE: QUOTERS ARE RESPONSIBLE FOR ENSURING THE CURRENCY AND ACCURACY OF THE CUSTOMER POINT OF CONTACT INFORMATION INCLUDED IN THEIR PAST PERFORMANCE SUBMISSION. 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. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at https://www.sam.gov/. All quotes shall include price(s); FOB point; a point of contact, name, and phone number; GSA contract number, if applicable; CAGE Code and DUNS number; business size; and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ026/listing.html)
- Place of Performance
- Address: NWS Earle, Base Communications Office
- Zip Code: 201 Route 34, Building C-2, Colts Neck, NJ
- Zip Code: 201 Route 34, Building C-2, Colts Neck, NJ
- Record
- SN03583194-W 20141128/141126234537-9a1df3374334b70bd71b521234ab310b (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 |