Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOLICITATION NOTICE

58 -- Hydrophone Array Cables - Attachment B, Price Schedule - Attachment A, RFP Hydrophone Array Cables - Attachment C, Questions Request Form

Notice Date
3/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Commander in Chief, Atlantic Fleet, Naval Oceanographic Office (NAVOCEANO), Contracts Department (N5), 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522-5001, United States
 
ZIP Code
39522-5001
 
Solicitation Number
N6230618R0003
 
Point of Contact
Desiree Vogt, Phone: 228-688-4367, Christy Moody, Phone: 228-688-5302
 
E-Mail Address
desiree.vogt@navy.mil, christy.moody@navy.mil
(desiree.vogt@navy.mil, christy.moody@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C, Questions Request Form Attachment A, RFP Hydrophone Array Cables - for SOW, applicable supplemental/addenda information, provisions, clauses, and instructions Attachment B, Price Schedule COMBINED SYNOPSIS/SOLICITATION Solicitation Number: N6230618R0003 Hydrophone Array Cables This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for Certain Commercial Items per FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number, as referenced above, issued as a request for proposal (RFP). This solicitation documents and incorporates provisions and clauses are those in effect through FAC 2005-97 effective 24 January 2018 and DFARS Publication Notice 31 January 2018. NOTE:All documentation submittal due times are Central local time (Gulfport, Ms). NOTE: Dates highlighted in Solicitation may change based on award date. 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: FAR Site and DPAP DFARS Site. Solicitation is 100% Small Business Set-Aside. The Small Business Size Standard is 1250 employees. The North American Industry Classification Standard (NAICS) code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Naval Oceanographic Office (NAVO) intends to issue a single award from this solicitation. It is anticipated that a single firm-fixed price Indefinite Delivery Indefinite Quantity Contract will be awarded. The requirement is for a thirty-six (36) month base with two (2) one-year option periods. Please indicate above referenced solicitation number in the subject line of emails and all correspondence. COMBINED SYNOPSIS/SOLICITATION SUPPLEMENTAL INFORMATION: 1.SOLICITATION QUESTIONS: 1.1Questions must be submitted in writing. The questions format is provided as Attachment C, Questions Request Form. Questions shall be submitted via electronic mail (e-mail) to: NAVO_STNS_CONTRACTS@nmci-isf.com. Questions will be accepted up to 2:00 p.m. March 22, 2018. All questions and answers will be published via amendment to the solicitation. 3.AMENDMENTS TO SOLICITATION: 3.1Acknowledged receipt of ALL amendments to this solicitation on the proposal transmittal letter. If any of the amendments to this solicitation furnish amended sections, the amended sections must be used in submitting your offer. 4.OFFER ACCEPTANCE PERIOD: 4.1The minimum offer acceptance period is specified in FAR Clause 52.212-1 Addendum, paragraph (c). Please ensure that you allow at least the stated number of calendar days for the Government to accept your offer. 5.SUBMITTING OFFERS: 5.1Offers must arrive at the designated location by the exact time and date as specified in this solicitation. Any contractor submissions or requests for information about this RFP after the closing date and time are late, and will not be considered. 5.2Offers will only be received by this office via email to NAVO_STNS_CONTRACTS@nmci-isf.com. Transmission of offers by fax to this office is NOT ACCEPTABLE and will result in offers being rejected. 5.3Please carefully review the entire RFP package including the SOW, all other solicitation attachments, and the instructions included herein and respond with a written proposal. Offerors must demonstrate their capability to satisfy the entire breadth and scope of the SOW. 5.4Proposal due date and time is March 27, 2018, 11:00 local time. 6.WRITTEN CONTENTS 6.1 Proposal Cover Letter shall include: - Names, titles, email addresses, telephone numbers and facsimile numbers of persons authorized to negotiate on the firm's behalf with the Government in connection with this solicitation. - Name, title, email and signature of the person authorized to sign the Proposal. - Acknowledgements of all amendments. - CAGE Numbers: Each offeror shall include the contractual organizational CAGE number on documentation. - CONTRACTOR UNIQUE ENTITY IDENTIFIER: Each offeror shall include the contractual organizational Unique Entity Identifier number on documentation. - A statement specifying agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any and all items upon which prices are proposed at the proposed item prices - A statement of detailed analysis of any objections, exceptions, contingencies, or additions. Any objections, exceptions, contingencies, or additions shall also cross reference the particular paragraph(s) in the solicitation document to which they apply. Objections, exceptions, contingencies, or additions, if accepted by government, become part of the contract 6. 2Provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. A copy of completed certifications via the SAM Web site is acceptable. 6.3Proposals shall include Firm Fixed Unit Pricing for CLINS 0001-0003 and subsequent option periods. Contractor must complete the attached excel spreadsheet for proposed pricing using estimated quantities for price evaluation. See Attachment B, Price Schedule. Proposed pricing shall only be located on Price Schedule, and no other location of submitted proposal. 6.4Provide documentation to demonstrate evaluation factors capability for Non-Price Factors. See attached Statement of Work for description of supply and below Best Value Evaluation requirements. 7.COPIES OF SOLICITATION DOCUMENTS AND AMENDMENTS 7.1Copies of the solicitation and amendments are available by INTERNET ACCESS ONLY. All Request for Proposal (RFP) documents and any amendments to the RFP are made available from the FedBizOpps website. 7.2It shall be the contractor's responsibility to check the website for any amendments. The offeror shall submit in the Proposal all requested information specified in this solicitation 8.BEST VALUE EVALUATION 8.1FAR Part 13.106-2 is applicable to this procurement. 8.2While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: combination of price, past experience, past performance and technical capability. 8.3Recent is defined as project examples within the last 3 years. 8.4Relevant is defined as projects similar to the project in this solicitation in scope, magnitude and complexity and that have a logical connection with the requirements of this RFP. 8.4.1One type of area that is considered especially relevant include: manufacturing of underwater equipment that can survive in harsh conditions of the deep ocean. This relevancy may be evaluated more favorably. 8.5Non Price Factors 8.5.1Past Experience: Provide a maximum of three projects showing recent and relevant experience. 8.5.2Past Performance: Past performance will be evaluated using the Past Performance Information Retrieval System (PPIRS). If no relevant past performance history is available for your DUNs number, you must provide a list of the Company name, POC name, address, email and phone number of organizations for which services on previously performed contracts or on-going contracts that show recent and relevant past performance. Government databases may be checked and previous customers and/or evaluators may be contacted as references or verification of performance. A lack of past performance information will result in a neutral rating during evaluations. 8.5.3Technical Capability: Technical capability is comprise of three subcategories: Cable Specification, Splicing/Molding Process, and Quality Assurance Approach. You must provide all three of the following to demonstrate technical capability: 8.5.3.1Provide proposed cable specification, of a maximum of 2 pages. The cable specification shall include a cross-section diagram and technical details for the materials used. 8.5.3.2Provide a narrative, of a maximum of 2 pages, describing high quality splicing/molding process that will be used. The description shall include any specialized techniques uses such as "tensile strength preservation", "hot splicing", and "degassing". 8.5.3.3Provide a narrative, of a maximum of 1 page, of quality assurance approach used. 9.ATTACHMENTS: Attachment A, RFP Hydrophone Array Cables - for SOW, applicable supplemental/addenda information, provisions, clauses, and instructions. Attachment B, Price Schedule Attachment C, Questions Request Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f29a91f6d577a9717157f83e46aa300c)
 
Place of Performance
Address: Naval Oceanographic Office, STENNIS SPACE CENTER, Mississippi, 39522, United States
Zip Code: 39522
 
Record
SN04842633-W 20180307/180305231123-f29a91f6d577a9717157f83e46aa300c (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.