Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2016 FBO #5425
SOLICITATION NOTICE

W -- SAN FRANCISCO FLEET WEEK EVENTS ON BOARD USS SAN DIEGO

Notice Date
9/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
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
N0024416T0325
 
Response Due
9/30/2016
 
Archive Date
10/21/2016
 
Point of Contact
Leliza G. Sarino 619-556-7742
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 and FAR 13 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. The solicitation number is N00244-16-T-0325 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 20160923. Solicitation is 100% Small Business Set-Aside and the associated NAICS code is 532299 and small business size standard is $7.5 M. Requirement as follows: CLIN 0001 QTY 1 GROUP: SAN FRANCISCO FLEET WEEK EVENT ON BOARD USS SAN DIEGO. See attached Statement of Work. TERMS AND CONDITIONS: 1)Quotes: All or Nothing 2)Period of Performance: 08-10 October 2016 3)Place of Performance: San Francisco, CA 4)Payment: Government WAWF (Wide Area Work Flow) 5)Contract Award: It is intended to award a single Firm Fixed Price Contract to offeror that is evaluated lowest price technically acceptable offer. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-36; 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b. Destination Applicable DFARS clauses and provisions: 252.2212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.232-7010 Levies On Contract Payments 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability; (ii) Past performance; and (iii) Price Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, services offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and may be removed from further competition. See paragraph (b) below. Only those Offers that are rated acceptable in Factor (i) will be further evaluated under Factors (ii), and (iii). Contract will be awarded to the offeror who is found acceptable in Factors (i) and (ii) and is the lowest price offer. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) Technical capability of the services offered to meet the government requirement. This factor has a sub-factor as follow: 1)Technical Approach: The Offeror shall provide 100 % compliance in the SOW and understanding of the methodology and ability to perform all tasks listed in the paragraph (3.Group 2 Reception Set-up/Layouts, 4.Group 3. Vendor supplied items.) of the SOW. The technical approach should demonstrate that the Offeror can accomplish the specified work in a technically competent, timely manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes, best practices and other methods the Offeror will use to meet each requirement stated in the SOW. The technical approach is not to be a restatement of the information contained in the SOW. Offeror shall include: Sub-factor must be rated acceptable to receive rating of acceptable in Factor (i). Acceptable- Proposal meets the requirements of the solicitation. Unacceptable- Proposal does not meet the requirements of the solicitation. (c) Offerors PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers that lack relevant past performance history, will receive a neutral rating under this factor. The Contracting Officer will evaluate Offerors PAST PERFORMANCE as follows: 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 does not have a 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 (or neutral ) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable . (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Submit offer to Contract Specialist Ms. Leliza G. Sarino via email leliza.sarino@navy.mil with entry in subject line RFQ N00244-16-T-0325 SAN FRANCISCO FLEET WEEK EVENTS ON BOARD USS SAN DIEGO no later than 10 am PST 30 September 2016. Offers that are received after this time and date will not be included in the competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0325/listing.html)
 
Place of Performance
Address: 599 The Embarcadero, San Francisco, CA
Zip Code: 94107
 
Record
SN04291148-W 20160930/160928235110-50ccb4d3ef0715cfb0d24e8aa866edd5 (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.