SOLICITATION NOTICE
J -- Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
- Notice Date
- 1/20/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060416T3024
- Point of Contact
- Donna Franzese 808-473-7545
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures in FAR 13. 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 (https://www.neco.navy.mil/). The RFQ number is 16-T-3024. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-85 and DFARS Publication Notice 20151230. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 812332 and the Small Business Standard is $38.5million. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following services for the Fed Fire Department at Joint Base Pearl Harbor (JBPHH): Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE). See Attachment 1 for PWS See Attachment 2 for CLIN Structure See Attachment 3 for Payment Instructions See Attachment 4 for DFARS 252.209-7991 Provision See Attachment 5 for FAR 52.212-3 and Alt I Reps and Certs See Attachment 6 for Wage Determination 05-2153-21 Base contract for 7 Months: 10 February 2016 thru 9 September 2016 Option Year One: 10 September 2016 thru 9 September 2017 Instructions to offerors for quotation submission Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Evaluation Factors Quotes will be evaluated based on technical acceptability, price and past performance. Therefore, quote submissions shall consist of three parts: (1) Technical Submission, (2) Price Quote and (3) Past Performance. The Contracting Officer will rank offerors from lowest to highest price, review the technical proposal of the lowest price offeror, and, if that offer is technically acceptable, make the award without further evaluating the technical proposals of the other offerors. Additionally, in determining overall proposal pricing, the contracting officer will add the prices for CLINs 1, 2, 3 and 4, where the CLIN 4 price will be the aggregate of all minor repair price list item prices. The Contracting Officer will review repair and replacement item pricing to ensure the proposed pricing is not unbalanced. 1. Technical Submission. Technical Submissions must be submitted addressing all criteria listed below. These criteria, which will be used in evaluating proposals, are of equal importance. At a minimum the Technical Submission Narrative with attachments, must include: (1) Demonstration of Offeror ™s ability to meet all Performance Requirements outlined in the Performance Work Statement (PWS) sections 3.0 to 4.0 with special attention to addressing the items in the Service Performance Requirements Summary. (2) Meet all Contractor Qualifications as outlined in PWS items 7.0 to7.5. (3) Manufacturer ™s certificates of qualifications for work on Lion, Globe and Morning Pride FFPE and IEE gear. (4) Proof of commercial liability insurance. The Government will evaluate the Technical Submission as acceptable (pass) or unacceptable (fail). Pass: The quote contains all of the required Technical Submission information indicated in the solicitation and PWS, the information submitted does not conflict with the requirements of the Specifications herein, and the proposed items meet or exceed the Government ™s requirements. Fail: The quote does not contain all of the required Technical Submission information indicated in the solicitation, and/or the information submitted conflicts with the requirements of the Specifications herein, and/or the proposed items do not meet the Government ™s requirements. Note: If the Contracting Officer determines that a vendor ™s technical submission is unacceptable, that vendor ™s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award. 2. Price. The vendor shall submit one price quote which includes pricing for all line items to include pricing for the Minor Repairs Price List items which is included in the SF1449 solicitation document. The Offeror shall address the method(s) used to establish any discount terms provided to the Government. Price quotes shall be held firm for thirty days. Vendors are advised that the maximum aggregate expenditure for CLIN 0004 is listed in the SF 1449document for the base period and the option year. That is, the Federal Fire Department intends to pay for only those repairs actually requested and performed up to the total maximum expenditure for all repairs ordered during each performance period. Vendors who exceed those amounts, without written authorization from the contracting officer, do so at their own risk. The Government makes no representation as to the actual dollar amount of repairs which might be ordered in the original term or in any option year. 3. Past Performance. Past Performance will be based on data retrieved from The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. Contractor shall submit current references of customer satisfaction from comparable organizations for same services. Please provide information such contracts within the past three years, or the last three such contracts performed, whichever is fewer, and provide the name and address of the organization for which the services were performed and the number (phone, fax or Internet) of a contact for each contract listed. Submission of quotes: Quotes shall include the FAR Provision 52.212-3 Alt I, Offeror Reps and Certs attachment even if nothing has changed with your Reps and Certs (send back blank if no changes), and a completed copy of DFARS Provision 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability. All interested bidders shall submit quotations electronically through email to donna.franzese@navy.mil. The submitter should confirm receipt of all email submissions. Please note that quotes over 25 pages in total will not be accepted. Questions regarding this request for quote must be submitted by 1200 noon (Hawaii Standard Time) HST on Thursday 25 January 2016. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. Please contact Donna Franzese at 808-473-7545. The deadline for submission of quote is Wednesday, 27 January 2016 by 1400 Hawaii Standard Time. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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 on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representations 52.212-1, Instructions to Offerors - 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 USC. 644) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchase 52.232.33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36 -- Payment by Third Party 52.222-41, Service Contract Act 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.217-5, Evaluation of Options. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services 52.217-9, Option to Extend the term of the Contract (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications. 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, F.o.b. “ Destination 52.222-22, Previous Contracts And Compliance Reports 52.222-41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, 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 Laundry Worker, WG-1, Step 2, $13.75 $17.54(includes 32.85% Fringe Benefit Factor) 52.222-55, Minimum Wages Under Executive Order 13658 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) Quoters are reminded that they are required to be registered at SAM.gov website: https://www.uscontractorregistration.com/ All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirements to Inform Employees of Whistleblower Rights 252.203-7005, Represntation Relating to Cmpensation of Former DoDOfficials 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003) 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A, System For Award 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Disclosure of Information To Litigation Support Contractors 252.225-7048, Export-Controlled Items 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 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation of Supplies by Sea ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3024/listing.html)
- Record
- SN03995727-W 20160122/160120234116-8fe6105ef658e82374e4185bbf48f56b (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 |