Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2015 FBO #5132
MODIFICATION

A -- Naval Special Warfare (NSW) Maritime Subject Matter Expertise (SME)

Notice Date
12/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG - Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-16-R-0017
 
Archive Date
1/23/2016
 
Point of Contact
Jeremy A. Deorsey, Phone: 5082336192
 
E-Mail Address
jeremy.a.deorsey.civ@mail.mil
(jeremy.a.deorsey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) SOLICITATION TYPE: This combined synopsis/solicitation is a Request for Proposals (RFP) issued by Natick Contracting Division (NCD) on behalf of the National Assessment Group (NAG) for Maritime Engineering and Technical Services to meet the operational and technical service requirements. (iii) CURRENTNESS: The Solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (iv) SET ASIDE: It is the intent of the Government to award using 100% Service-Disabled, Veteran-Owned Small Business set aside. Market Research has identified there is sufficient competition within this small business concern for such a set-aside. The North American Industry Classification System (NAICS) code is 541330 Exception 4 - Maritime Engineering Services. The small business size standard for the NAICS Code is $38,500,000.00. (v) Contract Line Item Numbers (CLINs): This CLIN structure for the IDIQ Contract is listed below: Base Ordering Period (3-years): CLIN 0001 - Labor (Firm Fixed Price) CLIN 0002 - Travel CLIN 0003 - Other Direct Costs (ODCs) CLIN 0004 - Contract Manpower Reporting (CMR) Option Ordering Period (1-year): CLIN 1001 - Labor (Firm Fixed Price) CLIN 1002 - Travel CLIN 1003 - Other Direct Costs (ODCs) CLIN 1004 - Contract Manpower Reporting (CMR) The Labor, Travel, and ODC CLINs will be issued with the unit "Job" at a Quantity of 1. The CMR CLINs will be issued at the unit "each" and the quantity will vary based on the required deliveries. (vi) DESCRIPTION OF REQUIREMENTS: Contract Details: The Government intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) Services Contract. This contract will have Firm Fixed Price (FFP) type CLINs with a ceiling limit of $9.9 million. The intent is to award multiple IDIQ Contracts, however, the Government reserves the right to award a single IDIQ Contract should the evaluation of proposals reveal one source being most beneficial to the Government. The Technical Requirements broken down by CLIN are as follows: Labor CLIN: 1) Navy Special Warfare (NSW) Operational Test and Evaluation Support; 2) Navy Special Warfare (NSW) Technical Test and Evaluations Support; Please see the attached Performance Work Statement (PWS), Contract Data Requirements List (CDRL), and Quality Assurance Surveillance Plan (QASP) for the details to the above categories. Travel CLIN: Travel shall be pre-approved by the Contracting Officer's Representative and conducted per FAR Subpart 31.205-46. Travel reimbursement is on a cost reimbursement basis only, and does include G&A, but does not include OH, profit or fees. The contractor will be reimbursed for travel expenses IAW the Government Joint Travel Regulation. Other Direct Costs (ODCs) CLIN: The Contractor may be required to obtain Other Direct Costs (ODC) such as materials/equipment to be used in performance of this contract. The Government must approve all purchases in advance and prior to the Contractor incurring any charges. Invoicing Details: The contract holder will be required to invoice directly to the National Assessment Group. Instructions for invoicing, such as Point of Contacts, will be included at the Task Order Level. (vii) DELIVERY: Delivery Requirements Period of Performance (PoP) and service site locations will be determined at the Task Order level. (viii) PROPOSAL INSTRUCTIONS: The provision of FAR clause 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The description below are added as an Addendum to FAR clause 52.212-1. • All proposals submitted shall provide the name, phone number, and email address of their primary Point of Contact for this order, and their Cage and DUNs codes. • Offerors may submit multiple proposals per expertise listed in the PWS or as one collective proposal. • Offerors shall submit pricing as hourly labor rates for the labor category of Operational Test and Evaluation (T&E) Support and Technical Test and Evaluation (T&E) Support. Travel and ODC pricing data is not required for submission. • Offeror shall include a description of the expertise they can provide and their plan to ensure a rapid response to a given task order. • Offerors shall detail the expertise they are able to provide for both the Operational and Technical Support. • Offerors shall describe their ability to recruit and retain talent needed for the expertise described in the Performance Work Statement. • Offerors shall separate pricing data, technical and past performance data into three separate PDF files. • Offerors shall ensure this information is updated and accurate within the System for Award Management (SAM) website (www.sam.gov) to ensure they are registered to the appropriate NAICS Code. Offerors may propose to one or all required skill sets outlined in the Performance Work Statement. Not proposing to a specific skill set will not exclude an offeror from evaluation and potential award. The Government does not intend to hold discussions, but reserves the right to do so. In the event of discussions, the offerors within the competitive range will be notified. (ix) EVALUATION OF PROPOSALS: The provision of FAR clause 52.212-2, Evaluation -- Commercial Items applies to this solicitation. The Evaluation of Proposals for this Solicitation will be as follows: Evaluation of Proposals: Offerors who do not meet the required instructions in paragraph viii, listed above, will be listed as unresponsive in the evaluation. The award will be made based upon the best overall (i.e., Best Value) proposal(s) that are determined to be the most beneficial to the Government using Tradeoff procedures, with appropriate considerations given to the three published evaluation factors: Combined Technical / Risk Rating, Past Performance Rating, and Price Rating. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Subjective judgment against objective criteria is implicit in the evaluation process. The Government intends to award multiple IDIQ contracts to meet the requirement, but reserves the right to award a single award should a single offeror present themselves to be able to meet the requirements. Offerors are cautioned that award may be made to other than the lowest-priced proposal(s) if the Government determines that paying a price premium is warranted due to the evaluation of non-price factors. The Government may also award to other than the highest technically rated proposal(s), if the Government determines that paying a price premium is not warranted. As proposal ratings tend toward equality, Cost/Price will become a more determinative factor. The Government intends to evaluate offers and award a contract(s) without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions in accordance with FAR Subpart 15.3, as applicable, if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Offerors may be given a chance to clarify aspects of their proposal that require clarifications. However, with clarifications, offerors are not given an opportunity to respond to alter, change, or revise their proposals. Relative Importance of Evaluation Factors: The Combined Technical/Risk Rating is the most important factor. The Combined Technical / Risk Ratings and Past Performance Ratings, when combined, are significantly more important than Price, which will be evaluated, but not assigned an adjectival rating (defined below). COMBINED TECHNICAL/RISK RATINGS: The Government will evaluate how the proposal items meet the PWS requirements on a range scaling from Unacceptable, Marginally Acceptable, Acceptable, Good, and Outstanding. The definitions are as follows: Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Past Performance: The Government will evaluate relevant past performance in accordance with FAR Subpart 15.3, as applicable, to ensure there has been no recent (within the past three years) negative past performance. The Government will rate Past Performance to determine relevance and confidence. Relevant Levels are defined as: Not Relevant: Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant: Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Relevant: Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Very Relevant: Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Confidence Levels are defined as: Unknown Confidence (Neutral): No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. No Confidence: Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Limited Confidence: Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Substantial Confidence: Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Cost/Price: Cost/Price evaluations will be based on the rates submitted in the attached Labor Rate sheet. These will be compared using the three year base period for Base Rates and one year option for the Option Rates. Each year will be measured with 2080 hours per year. The combined 3 base years and 1 option year will establish the Total Evaluated Price (TEP) in accordance with FAR Subpart 15.404-1. The Total Evaluated Price (TEP) will be the sum of the completed Labor CLINs, to include option(s). The TEP will be used in the Government's cost-technical tradeoff to select the Awardee(s) for this contract. This analysis will be used to determine the Best Value for the Government and its mission. Evaluation of option(s) shall not obligate the Government to exercise the option(s). Travel and ODCs are not included in the cost/price analysis. (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: The provision of FAR clause 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this solicitation. Offerors will need to ensure this information is updated and accurate within the System for Award Management (SAM) website (www.sam.gov) by the closing of this RFP. (xi) Applicable Clauses Required: FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference in addendum to FAR 52.212-4: 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside NOV 2011 The following are added by full text in addendum to FAR 52.212-4: 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) Service Contract resulting from this solicitation. (End of provision) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $9,999,000.00; (2) Any order for a combination of items in excess of $9,999,000.00; or (3) A series of orders from the same ordering office within 12 months that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 12 months from the last day of the ordering period. (End of clause) 252.216-7006 ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 48 months after date of contract award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) This acquisition incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Also, the full text of a clause may be accessed electronically at this address: FAR: http://farsite.hill.af.mil/farsite_alt.html DFARS: http://farsite.hill.af.mil/vfdfara.htm (xii) Applicable Clauses Required to Implement Statues or Executive Orders: The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) Additional Clauses: No further clauses. (xiv) Defense Priorities and Allocations System (DPAS): None Applicable. (xv) SUBMISSION: Proposals shall be submitted electronically to Mr. Jeremy Deorsey at Natick Contracting Division (NCD) via email: jeremy.a.deorsey.civ@mail.mil. All proposals shall be submitted by 1700 (5:00PM) Eastern Time on Friday, 08 January 2016. **Proposals will only be accepted electronically via the email address provided above.** (xvi) QUESTIONS: Questions regarding this solicitation can be directed to the Contract Specialist (KS) Jeremy Deorsey at the above listed email address. Questions must be submitted only through email and no questions will be addressed through phone calls. All technical questions must be submitted no later than 1700 (5:00PM) EST Friday, 01 January 2016. Contracting Office Address: Army Contracting Center - Aberdeen Proving Ground, ATTN: CCRD-NA-SY, Natick Contracting Division Building 1, General Greene Ave, Natick, MA 01760-5011 Point of Contact(s): Jeremy Deorsey; jeremy.a.deorsey.civ@mail.mil; (508) 233-6192
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18d2ca68840a70d95446ac9981b94fe6)
 
Place of Performance
Address: TBD at Task Order Level, United States
 
Record
SN03966796-W 20151212/151210234813-18d2ca68840a70d95446ac9981b94fe6 (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.