PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-24-Q-0364.
The North American Industry Classification Systems (NAICS) code for this requirement is 811310. The Small Business Size Standard is $12.5M. This action is being processed as a small business set aside. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following services on a Firm-Fixed Price basis:
Contract Line Item Number 0001: Upgrades to Electromagnetic Compatibility (EMC) Chamber B1319 LabB09 Chamber B24 in accordance with the Specifications document (Attachment #1); QTY: 1 JOB
Contract Line Item Number 0002: DATA Associated with CLIN 0001, Contract Data Requirements List (CDRL) DD Form 1423. NOT SEPERATELY PRICED.
The period of performance will be 20 November 2024 thru 19 May 2025.
The applicable Service Contract and Davis Bacon Acts 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 #s: 2015-4089 Rev 26 and RI20240001; AREA: RI (Statewide), Attachment #2 and #3.
Shipping is F.O.B Destin
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular, at the time of this notice.
The following FAR clauses and provisions apply to this solicitation:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors--Commercial Items
52.212-3, 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
52.216-19, Order Limitations
52.216-22, Indefinite Quantity
52.216-24, Limitation of Government Liability
52.243-1 Alt I, Changes- Fixed Price
52.245-1 Government Property
52.245-9 Uses and Charges
52.246-4, Inspection of Services—Fixed Price
52.246-20, Warranty of Services
52.249-2 Termination for Convenience of the Government (Fixed-price)
F52.249-8, Default (Fixed-Price Supply & Service)
The following DFARS clauses apply to this solicitation:
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support.
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020, NIST SP 800-171 DoD Assessment Require
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.246-7008 Sources of Electronic Parts
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that this requirement does not include EIT and is exempt from 508 requirements.
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.
This solicitation requires active 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.
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable quotes shall include the following:
Organization. In the qoute the Offeror shall provide information and documentation to clearly and concisely identify the Offeror’s overall ability to meet the requirements of the solicitation. The Offeror shall divide the qoute into the following factors in the order listed below:
2.1 Factor 1: Technical Capability
2.1.1 Subfactor (a): Experience and Capability to Complete Project
Offeror shall provide a technical capability statement outlining their experience and capability to complete the project identified in the Specification. Including point of contact (phone number and email address) as well as Offeror CAGE Code and DUNs number.
2.1.2 Subfactor (b): Technical Solution to Complete Project
Offeror shall provide a narrative describing their understanding and technical solution to completing the project described in the solicitation. Narrative must describe steps to complete the project, demonstrating that project will be completed within timeframe specified in the solicitation. In addition account for RF Shielding Effectiveness and testing as outlined in the specifications.
Provide copies of relevant professional certifications to complete the project.
2.2 Factor 2: Past Performance
The Offeror shall provide a maximum of three (3) past performance references, if available, that reflect recent and relevant experience performed within three (3) years of the solicitation closing date. The Offeror shall include contract/task order number, contract/task order type (firm fixed price, time & material or cost type), total contract/task order amount, short description of work performed, and names and e-mail addresses for Contracting Officer, Contracting Officer’s Representative (COR) if applicable, Government Program Manager (PM) or Construction Manager (CM), or industry equivalent (if non Government effort).
Past performance references shall demonstrate the ability to handle the scope and magnitude of this proposed construction project. The Offeror shall include a brief discussion on how the references provided are relevant to the work being proposed.
3.0 PRICE PROPOSAL
3.1 Factor 3: PRICE
Offerors shall provide one price to complete the entire job for Contract Line Item Number (CLIN) 0001.
Note: CLIN 0002 is not separately priced.
The Government will evaluate Technical Capability and Past Performance using the following adjectival ratings:
TECHNICAL CAPABILITY SUBFACTORS
ACCEPTABLE
UNACCEPTABLE
Technical Capability-Subfactor (a) Experience and Capability to Complete Project
Offeror provides at
least one project, similar in nature, that clearly demonstrates their experience and capability to complete the project
No information
provided or information provided does not demonstrate the offeror’s capability to complete the project (e.g., project provided
has no similarity to this project)
Technical Capability- Subfactor (b) Technical Solution to Complete Project
Offeror’s description
identifies the important steps to complete the project and demonstrates the necessary understanding to complete the project within the required timeframe
No information provided or information provided does not demonstrate the offeror’s understanding of what is required to complete the project within the required timeframe
PAST PERFORMANCE*
ACCEPTABLE
UNACCEPTABLE
Past Performance
Based on the offeror’s recent and relevant 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.
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.
The Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Failure to propose all the required items may render your quote ineligible for award.
The quote may be submitted via email to the address(s) below and must be received on or before 2:00 p.m. (EST) on 22 August 2024.Offer received after the closing date are considered to be late and may not be considered for award. For information on this jay.a.parker2.civ@us.navy.mil.
Contractors do not have to be JCP certified to receive the Solicitation, including drawings, specifications, and photos, but they must have an active registration in SAM.GOV.
Interested parties should request access to drawings, specifications, and photos within the attachments section of this solicitation. NUWCDIVNPT will review and approved requests within SAM.GOV.
A controlled attachment requires special handling due to the information it contains. You must have a data entry or administrator role within the Contract Opportunities domain for an entity in SAM.gov in order to request access. If you do not have a proper role, you can request it from an existing entity administrator or have the existing administrator assign roles directly to you. If your entity does not have a direct employee, officer or board member appointed as the Entity Administrator, you will need to complete an Entity Administrator Appointment Letter.
You must request access to the attachment by clicking on its title and providing the reason you need access.
You will not receive immediate access to view the document. The contracting officer will review your request to grant or reject your access.
Your entity is responsible for managing the documents in accordance with prescribed directives.
https://www.fsd.gov/gsafsd_sp?id=gsafsd_kb_articles&sys_id=733b9d881bbc71506397ec21f54bcb0a