The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51 effective 01 April 2011.
This procurement is 100 % small business set aside and the associated North American Industrial Classification Code (NAICS) is 339943 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.
All responsible sources may submit a quote which shall be considered by the agency.
Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B: Schedule of Supplies/Services
CLIN 0001 I-GUIDES SINGLE USER/CART LICENSE (includes 1 year maintnance contract) MFR: SAVI, QTY: 1 EACH
CLIN 0002 BARTENDER AUTOMATION 3 PRINTER SOFTWARE LICENSE MFR: SEAGULL, QTY 1 EACH
CLIN 0003 TESA TAPE MATERIAL LASER MATERIAL 6973 PV6, BLACK MATTE, 0.006 IN X 4.75" WIDE X 100 FOOT ROLL MFR: TESA TAPE QTY 1 EACH
CLIN 0004 DATAMAN 7500 V HANDHELD VERIFICATION SYSTEM MFR: COGNEX QTY 1 EACH
CLIN 0005 TWO DAYS OF ON-SITE TRAINING AND SETUP AT DAM NECK NAVAL BASE, VIRGINIA BEACH, VA.
BRAND NAME OR EQUAL- if quoting equal must submit specifications with quote for consideration.
Delivery 30 ARO.
Delivered to NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions Jul 2004
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997
FAR 52.204-7 Central Contractor Registration Apr 2008
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2011
FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes-Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008
DFARS 252.212-7001
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Mar 2011
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Dec 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT:
Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.
All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(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 in descending order of importance: Technical, delivery and price. Government will award this contract based on best value to the government.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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.
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Apr 2011
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Tina Ford, Contract Specialist; Email address: [email protected]; phone (757) 893-2865; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
Point of contact for this procurement is Tina Ford at [email protected]. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by email at [email protected], fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 01:00 p.m. Eastern Standard Time (EST) on Tuesday, 12 April 2011. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offerer must be registered with the Central Contractor Registration (CCR) to be considered for award.