Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2016 FBO #5321
SOLICITATION NOTICE

71 -- System Furniture Installation Services - GFP - SOW - Pricing Worksheet

Notice Date
6/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-0969
 
Archive Date
7/7/2016
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Worksheet Statement of Work Government Furnished Property This is a combined synopsis and 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, quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-16-Q-0969. The Naval Undersea Warfare Center Division, Newport RI intends to award a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for technical services, personnel, tools, moving equipment, minor moving supplies, and vehicles to install, remove, reconfigure, and relocate Systems Furniture in the buildings on the Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) campus in Newport, RI and maintain the inventory management of Government owned Systems Furniture stored at Naval Station Newport (NAVSTANPT)for one year in accordance with the attached Statement of Work (SOW), Contract Data Requirements Lists (CDRLs), and Government Furnished Property (GFP) list. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 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 solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls and 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting apply to this solicitation. This requirement is being solicited as a 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The NAICS Code is 561790; the size standard is $7.5M. The resultant contract will be an IDIQ with a set limit, F.O.B Destination, Newport, RI 02840 with base access required. See attached Clause C25 for more details. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. Award will be made on the basis of "Best Value". Evaluation criteria are Technical Approach, Past Performance, and Price. When combined, Technical Approach and Past Performance are approximately equal to Price. Offers shall be priced in accordance with the attached Pricing Worksheet. Offerors shall include a complete technical approach (not to exceed 5 pages) to performing the required work beyond simply restating the Statement of Work Requirements. This shall include detail how the work will be performed demonstrating that the Offeror is capable of performing all aspects of the Statement of Work down to the task and subtask level. Offerors shall provide three (3) past performance references that reflect recent relevant experience performed within the last three (3) years that demonstrate the ability to handle the scope and breadth of the tasking in the Statement of Work. Discuss how the references provided are relevant to the work being proposed. Include contract/task order number, contract/task order type, program name, and total contract/task order cost, short description of work performed, and names and valid telephone numbers for the Procuring Contract Officer (PCO), Contracting Officer's Representative (COR), and Program Manager (PM). Each past performance reference should not exceed two (2) pages per reference, for a total of six (6) pages. These pages will not be counted against the technical approach page count. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quite being deemed technically unacceptable. The following additional information shall be included with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided below (identified to the current Revision available as of the issue date of this solicitation): WAGE DETERMINATION #: 05-2467 REVISION: -17 AREA: RI (Statewide) The above Wage Determinations (WD) can be accessed from the following website: http://www.wdol.gov/. Choose "Selecting WDs" from the menu. After choosing the appropriate area, answer the "prompts" as follows (these answers are applicable to this solicitation): 1. Were these services previously performed at this locality under an SCA-Covered contract? Yes 2. Are any of the employees performing work subject to a CBA? No 3. Are the contract services to be performed listed below as Non-Standard Services? No 4. Were these services previously performed under a SCA wage determination that ends in an even number? No Payment will be made by Government Credit Card. Offers must be submitted to Naval Undersea Warfare Center Division Newport, Contracts Department, Code 0221, via email to Nick Sanginario at Nicholas.sanginario@navy.mil no later than 2:00 pm EST on June 22, 2016. Offers received after the closing date and time specified will be ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-0969/listing.html)
 
Record
SN04151861-W 20160618/160616234432-f01a3178fff7157bcccdff92844cd60a (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.