SOLICITATION NOTICE
R -- Defense Travel System (DTS) Support Services - Combo Synopsis/Solicitation
- Notice Date
- 8/18/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
- ZIP Code
- 22134-5045
- Solicitation Number
- M00083-15-SU-IM017
- Archive Date
- 9/30/2015
- Point of Contact
- Kevin D. Williams, Phone: 7037843467, Maxwell Sarpong, Phone: 7037841927
- E-Mail Address
-
kevin.d.williams1@usmc.mil, maxwell.sarpong@usmc.mil
(kevin.d.williams1@usmc.mil, maxwell.sarpong@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT DD-254 PLEASE REVIEW CLOSELY MCIA PWS DEFENSE TRAVEL SYSTEM SUPPORT SERVICES Combined Synopsis/Solicitation M00083-15-SU-IM017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. M00083-15-SU-IM017 is a Request for Quotation (RFQ) for a commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 13, as supplemented with additional information included in this notice. Prospective awardees must be registered in System for Award Management (SAMs) prior to invoicing. Information on registering in SAMs may be obtained (866) 606-8220 or via the internet at https://www.sam.gov. The provisions FAR 52.212-1 Instruction to Offerors - Commercial Items and FAR 52.212-3 Offeror Representations and Certifications- Commercial Items apply to this acquisition. The clause FAR 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The contractor shall comply with all Federal, State, and Local regulations. This RFQ document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, published 8 August, 2015. This acquisition is a 100% small business set-aside under NAICS code 541618, size standard of $15M. Request for Quotation on the following items or services: CLIN Description Unit Qty Amount Total 0001 Defense Travel System Support Services in accordance with the Performance Work Statement (only local travel required) Month 12 $ $ Estimated Period of Performance: 7 September 2015 - 6 September 2016. Performance of support services at the following address: Marine Corps Intelligence Activity (MCIA) 2033 Barnett Avenue, Marine Corps Base Quantico, VA 22134-5103 The closing date and time for quote submission is: Friday, 28 August 2015, 11:00am EST. Offers received after this date and time may be considered non-responsive and will not be given further consideration. Please provide all submissions to Government Point of Contact: Kevin D. Williams via email: kevin.d.williams1@usmc.mil Any questions must be submitted to the above email address by Friday, 21 August, 2015, 11:00am EST. Questions received after that may not be answered All contractors must comply with the requirement for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) contract. PERFORMANCE WORK STATEMENT (see attached) ***very important*** Contractor must possess the level of security clearance required in the draft DD-254 attached to this package to be considered for award. *** Please review the 3 attachments very carefully.*** TECHNICAL EVALUATION STANDARD This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical Acceptability will be evaluated on quotes. Only those quotes determined to be Technically Acceptable, either initially or as a result of discussions, will be considered for award. The Government may use other information such as CPARS/PPIRS/FAPIIS data available from Government sources to evaluate an Offeror's Past Performance. The Government reserves the right to limit or expand the number of references it decides to contact and to contact references other than those provided by the Offeror. Once Technical Acceptability and Past Performance have been evaluated, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and Technical Acceptability. Award will be made to the lowest evaluated priced quote meeting the Technical Acceptability and Past Performance standards. The contractor shall address the following three factors: Factor 1 - Technical Capability - Offeror shall clearly demonstrate its technical ability, and approach to meet all requirements of the PWS. Factor 2 -- Past Performance - The Offeror shall provide three (3) references of similar type of services performed within the past three (3) years. The following fields shall be included: •· Customer; •· Contract/Task Order number; •· Program name; •· Period of Performance •· Contract type; •· Total contract value; •· Names / telephone numbers / e-mail for the Contracting Officer and Technical Point of Contact. Factor 3 - Price - The offeror shall complete CLIN pricing in this solicitation. In addition to the completed CLIN pricing, the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. AWARD DECISION: The award decisions will be made as follows: •(1) Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote demonstrates the Offeror's technical ability and approach to meet all requirements of the PWS. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet all the requirements of the PWS. Quotes with an unacceptable rating will not be considered for award. Table A-1 (2) Step Two - The Past Performance ratings are defined below: Past Performance Evaluation Ratings Rating Description Acceptable Based 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. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note : In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (IV)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." (3) Step Three - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 3 - Price. (4) Step Four - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work. Please Provide the Following : 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF-RA (Wide Area Workflow):_______________ If Not, Will Your Company Register? ________________ 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ If No, Will You Register: ________________ 4. Company Considered Small Business under the NAICS Code of 541618 : _____________ 5. Delivery Time of Requested Items: ____________ Please show earliest delivery date possible. 6. FOB Cost If Applicable:_______________ A. NOTE: Is Freight (Fob) Included In Price? If Not, Please Indicate Price and Where It's Being Originated From: _______________ Discount Terms: ___________ Company Name and Address: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Company Point of Contact: _____________________________________________________ Company Telephone: __________________ Company Facsimile: ___________________ CLAUSES The following FAR clauses and provisions apply to this acquisition and can be viewed at http://www.acquisition.gov/far : 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Offeror Representations and Certification-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 (The following numbered items apply: (14), (25), (26), (27), (28), (29), (30), (31), (40), (42), (44), (50). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflows 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea U3 DD 250 Receiving Report Submission through Wide Area Workflow - Receipt and Acceptance (WAWF-RA) ** Special Invoicing Instructions: Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) ** WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests. Compliance with WAWF-RA is mandatory. Include in each offer a statement acknowledging that you are WAWF-RA compliant. In order to get registered with WAWF-RA, visit https://wawf.eb.mil/. In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within you company. ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA) REPORTING (NOV 2013) "The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Bulk Expanded Basic Cable Service via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00083-15-SU-IM017/listing.html)
- Place of Performance
- Address: Marine Corps Intelligence Activity (MCIA), 2033 Barnett Avenue, Marine Corps Base Quantico, VA, 22134-5103, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03843182-W 20150820/150818235504-3b3b5ec62adfd439eda59d19ab6a0ba7 (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 |