Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

R -- Technical Cost Analysis Support - Solicitation N4523A18R0227 Attachments

Notice Date
8/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18R0227
 
Archive Date
9/28/2018
 
Point of Contact
KHUONG NGUYEN, Phone: 3606274365
 
E-Mail Address
KHUONG.T.NGUYEN@NAVY.MIL
(KHUONG.T.NGUYEN@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
A screenshot of the Cost Data existing systems SCA Wage determination Solicitation/Contract Security Requirement Evaluation Provision/Non-Cost/Price Factors Solicitation/Contract Clauses Pricing Sheet for Quotation Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number N4523A-18-R-0227 is issued as a request for quotation (RFQ). Quoters must be actively registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. This is a Total Small Business Set-aside, and associated North American Industry Classification System (NAICS) code is 541990, Product Service Code is R499, and Business Size Standard is $15,000,000. The NAICS description is All Other Professional, Scientific, and Technical Services. CLIN Structure includes three (3) CLINS as follows: CLIN 0001: Cost Components Technical Support - Base period: From 11/1/2018 through 4/30/2019 FOB: Destination Quantity: 1 Unit of Measurement: Job CLIN 0002: Cost Components Technical Support - Option period 1: From 5/1/2019 through 10/31/2019 FOB: Destination Quantity: 1 Unit of Measurement: Job CLIN 0003: Cost Components Technical Support - Option period 2: From 11/1/2019 through 4/30/ 2019 FOB: Destination Quantity: 1 Unit of Measurement: Job The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) is procuring a Firm Fixed Price (FFP) services contract for technical support of a) data entry into the Data Management System (DMS), and b) technical evaluation of direct cost components or objectives on segments of existing projects in comparison with historical data. Place of performance is at the PSNS & IMF, 1400 Farragut Avenue, Bremerton, Washington 98314. Period of Performance (POP): This will be a six-month base plus two six-month option periods. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition with specific evaluation criteria included in paragraph (a) of the provision. The specific evaluation criteria are a) Personnel Qualifications, b) Past Performance, and c) Price. The evaluation of non-price factors is based on Pass/Fail basic. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Government will review your Reps and Certs in System for Award Management. Please ensure your records are up to date. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Additional clauses determined by the Contracting Officer to be necessary and consistent with customary commercial practices for this acquisition are incorporated by references below. The full text of the provisions and clauses may be found at: 52.204-2 Security Requirements (Aug 1996) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 Incorporation by Reference of Representations and Certifications(Dec 2014) 52.217-8 Option to extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-42 Statement of Equivalent Rates for Federal Hire (May 2014) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.201-7000 Contracting Officer's Representative (Dec 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7005 Oral Attestation of Security Responsibilities ((Nov 2001) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7006 Prohibition On Storage, Treatment, And Disposal of Toxic or Hazardous Materials (Sep 2014) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) A contract award resulting from this RFQ will be made based on the a responsive and responsible Offeror who is technically capable at the lowest price to the Government. All responsible quoters may submit a quote which shall be considered by the agency. Quoters must be submitted via electronic means (e-mail) by 14:00 P.M. Pacific on September 13, 2018 to khuong.t.nguyen@navy.mil. Request for information regarding the solicitation must be in writing to khuong.t.nguyen@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R0227/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), Controlled Industrial Area (CIA), Building 980 3rd Floor, Room 309, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN05061743-W 20180831/180829231252-8d526279fef60a6612b578633672913a (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.