SOLICITATION NOTICE
J -- Modification of Existing Paint Booth
- Notice Date
- 2/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238390
— Other Building Finishing Contractors
- 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
- N0024416T0035
- Response Due
- 2/29/2016
- Archive Date
- 3/15/2016
- Point of Contact
- Ofelia Salas 619-556-8461
- 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 accordance with FAR Part 13, 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 https://www.neco.navy.mil/). This solicitation is issued as a Request for Quotation (RFQ). The applicable RFQ number is N00244-16-T-0035 and should be used for reference purposes. This solicitation document incorporates provisions and clauses in effect through FAC 2005-85 and DFARS DPN 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 238390 and the Small Business Size Standard is $15.0. This procurement is a 100% Small Business Set-Aside (SBSA). Note: The following documents are incorporated into this RFQ. Attachment (1) “ Statement of Work (SOW) Attachment (2) “ Past Performance Information (PPI) data sheet Attachment (3)-Pictures; 1869, 1870, 1879, 1883, 1885, and 1889 of Paint Boot. Refer to the Statement of Work for complete description of the services and location. CLINDESCRIPTIONUnit of IssueQtyUnit Price 0001Modification of existing paint boothGroup1 PARTS-$ INSTALLATION LABOR-$ TRAVEL-$ PER DIEM/LODGING-$ OTHER MISC-$ Total Cost: The government is seeking quotes from contractors that are capable of performing services in modifying a Paint Booth in accordance with the Statement of Work (SOW). SITE VISIT: A site visit will be held on Wednesday, February 23, 2016 from 7:00 am “ 10:00 am (PST.) Attendance to the site visit is not mandatory but is highly recommended. Reporting location will be at Fleet Readiness Center, North Island, building 378, San Diego, CA 92135-7058. Reservations to attend the site visit must be made no later than 1:00 pm (PST), February 18, 2016 by contacting Dennis Echavarry via e-mail at dennis.echavarry@navy.mil. All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination may be rejected and deemed unacceptable for further award consideration. PAYMENT: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and. 252.232.7006. It is the responsibility of the Contractor(s) to be familiar with applicable clauses and provisions. CLAUSES AND PROVISIONS: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely and complied with. It contains the guidelines for submission of your quotation. In particular refer to 52.212-1 (b) Submission of Offers, (4), (8), (9) and (10) to ensure compliance with documentation submission requirements. FAR 52.212-2 Evaluation Commercial Items; (a) The Government plans to award a Firm Fixed Price contract resulting from this solicitation to the responsible Contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes. (i) Technical Capability to Perform: Sub-Factor (A): Technical Data Draft drawing of the proposed paint booth modification that will provide sufficient details indicating the contractor ™s technical knowledge of the project. Parts Listing: Detailed listing of all parts, components etc that will be used in the modification process. Provide manufacturers name, part number quantity. This data will be evaluated by Government Technical personnel to determine a contractor ™s technical capability of performing the project. Technical capability to perform represents the minimum acceptable criteria. Quotations submitted which provide all the requested Technical Data outlined under sub-factor (i) will be evaluated by the Government to determine an offerors technical capability. Quotations providing all request technical data will be evaluated and if determined to meet all technical requirements shall receive a rating of Technically Acceptable and will be further evaluated under Past Performance, Delivery and Price. Quotations that do not provide all the technical data requested will not be evaluated as the lack of information will not allow a thorough and complete evaluation to be conducted by Government evaluators. Quotations determined Technically Unacceptable under this factor and the sub-factor will render the quote to be unacceptable and to not be considered for award. By submitting a signed quotation the Contractor asserts that it is technically capable of performing the specifications under the SOW. The contracting officer will validate contractors ™ technical capability to perform by verifying that the contractor that has supplied a quote has financial resources, organizational capabilities and facilities required to perform the contract. Technically Acceptable/Unacceptable Ratings RatingDescription AcceptableOfferor clearly meets the minimum requirements of the solicitation and has provided the technical capability documentation required by this solicitation. UnacceptableOfferor does not clearly meet the minimum requirements of the solicitation and has not provided all the required technical capability documentation set forth under this solicitation. (ii) Past Performance The Contractor shall provide past performance history to demonstrate performance in providing same or similar type services as requested under this solicitation. The contractor shall provide a minimum of two past performance contract efforts and the Past Performance Information (PPI) data sheet shall be used to record the data. The PPI data sheet is Attachment (2) The following ratings listed below will be used to evaluate Past Performance. Past Performance Acceptable/Unacceptable Ratings 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. Past performance will be rated on the basis on relevance, quality, delivery or cost problems, corrective actions, and effectives of the corrective actions. The Government will give an śacceptable ť past performance rating to quotations 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 not make award to a quotation that the Government evaluates as śunacceptable ť on past Performance. To be eligible for award, the Government must evaluate the past performance factor as acceptable. (iii) Delivery “ The Government ™s required delivery/completion date is (14) business days after receipt of order (ARO). This delivery/completion timeframe is firm and quotations that take acceptance to the Government ™s timeframe may possibly not be considered as the best option for award consideration. (iv) Price “ The solicitation has established Line Items for the services required. Contractors are to provide unit pricing as required for each specified Line Item under the RFQ. It is the intent of the Government to issue a śFirm Fixed Price ť contract. NOTE: In addition to the unit pricing to be provided the contractor shall furnish the following pricing information: (A) Labor Services Labor Rate: Provide standard commercial hourly labor rate for each labor category to be utilized in the modification process and any related published labor rate price listing. (B) Labor Services Labor Categories: Identify and provide the labor categories that your firm will use for the services under this RFQ. This data will be used for the inclusion of a DOL Wage Determination and application of the Service Contract Act. (C) Labor Hours: Provide the number of labor hours for each labor category to be used to complete the services outlined under this RFQ. (D) Parts Listing and Parts Pricing: Provide a breakdown of the parts to be used to complete the services and the associated parts pricing. NOTE: This pricing information shall be used by the Government to evaluate a quotation in making a determination that the pricing is fair and reasonable. Quotations that do not furnish this information may possibly not be considered for award as the absence of the data will not allow the Government to make a determination of fair and reasonable pricing. (b) A written notice of award otherwise furnished to the successful Quoting Contractor within the time for acceptance specified in the quote, shall result in a purchase order without further action by either party. Before the quotes specified expiration time, the Government may place a purchase order, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a Firm Fixed Price purchase order without discussions. Each initial quote should, therefore contain the Contractor ™s best terms from a technical, delivery and price standpoint. (End of provision) FAR 52.212-3 ALT I Note: Offerors are hereby advised to include a completed copy of the provision 52.212-3 ALT I with their submitted quote. 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition (b): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation;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; 52.223-18- Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases;52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.222-50 Combat Trafficking in Persons; 52.222-55 Minimum Wages under Executive Order 13658; 52.204-7 System for Award Management; Additional contract terms and conditions applicable to this procurement are: FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements FAR 52.237-1 Site Visit (Apr 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference. The clauses may be accessed in full text at the following addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. DOL Wage Determination: WD 05-2057 (Rev.-18); Imperial and San Diego counties, California; 252.203-7000-Requirements Relating to Compensation of Former DoD Officials. 252.203-7998- Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation). 252.204-7012- Safeguarding of Unclassified Controlled Technical Information. 252.223-7008 Prohibition of Hexavalent Chromium; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, and 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 Alt III Transportation of Supplies by Sea 252.232-7006 Wide Area Workflow Payment Instructions; Review of Agency Protests Unit Prices Non US Navy Owned Cranes SUBMISSION REQUIREMENTS This announcement will close at 2:00 PM, PST on 29 February 2016. All quotations shall be submitted directly to the Purchasing Agent, Ofelia Salas, via electronic mail at ofelia.salas@navy.mil. Only written quotations shall be accepted in response to this notice. All quotations shall contain the applicable requested information specified herein. Offerors are responsible for submitting offers and any modification, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified herein. Oral communications are not acceptable. Any quotation that is submitted in any other fashion or after the prescribed deadline may be deemed unacceptable and may not be considered for award. Any questions pertaining to the solicitation shall be submitted directly to the Purchasing Agent via mail at ofelia.salas@navy.mil by 1:00 PM, PST on 25 February 2016. Responses to questions asked will be posted via solicitation amendment. Questions received after this date and time may not receive a response. All responsible sources may submit a quotation which shall be considered by the agency. Submission of Quotation Data: Quotation data shall be submitted as follows: (1) Volume I: Technical Literature (not to exceed 15 pages): No pricing data shall be included with the technical literature. (2) Volume II: Past Performance: Three pages total (minimum of 2 references) (3) Volume III: Pricing Data (as specified under the evaluation clause (FAR 52.212-2 Evaluation of Commercial Items, not to exceed 5 pages) The FLCSD Contracting Office point of contact for this requirement is Ofelia Salas, who can be reached at 619-556-8461 or email ofelia.salas@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Contractors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. End of solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0035/listing.html)
- Place of Performance
- Address: FRCSW NAS North Island,, San Diego, CA
- Zip Code: 92135
- Zip Code: 92135
- Record
- SN04012035-W 20160207/160205234447-2157a684aebd0d09bfca211a0bff32af (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 |