This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a 100% Total Small Business Set-Aside".
The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N6809413RC5Y002, as a Request for Offer using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "332311", with a small business standard of "500".
The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective September 3, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130909 effective September 14, 2013.
DESCRIPTION OF ITEMS/SERVICES: The Contractor shall furnish all labor, tools, supervision, material, parts, equipment, and transportation necessary to deliver and install a 18x20 Metal Storage Container w/Climate Control (AC) IAW the attached Performance Work Statement (PWS). All CLIN's F.O.B. Destination.
CLIN 0001: Storage Container w/Climate Control.
Quantity Unit of Issue Unit Price Extended Price
1 EA tiny_mce_marker______________ tiny_mce_marker___________________
CLIN 0002: Delivery & Installation.
Quantity Unit of Issue Unit Price Extended Price
1 EA tiny_mce_marker______________ tiny_mce_marker___________________
CLIN 0003: Extend Electrical Source/Install Outlet.
Quantity Unit of Issue Unit Price Extended Price
1 EA tiny_mce_marker______________ tiny_mce_marker___________________
TOTAL PRICE: tiny_mce_marker________________________
DELIVERY/INSTALLATION/COMPLETION DATE(S): Delivery & Installation dates and duration of installation will be coordinated/negotiated with the awarded contractor but shall fall within the period of September 30, 2013 through October 18, 2013.
PLACE OF DELIVERY:
Marine Corp Air Station
Branch Health Clinic
Box 99116/Bldg 1175
Yuma, AZ 85369
Point of Contact: Mr. Steve Milstead
Telephone: (928) 269-3186
Responses/quotes MUST be received no later than September 20, 2013; 2:00 PM (Pacific Daylight Time). Forward responses by e-mail to [email protected] or fax to (760) 725-1485. Due to technical issues, please allow additional time if you're using electronic means. Questions must be received by September 18, 2013; 10:00 am (Pacific Daylight Time).
Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/
APPLICABLE FAR CLAUSES:
(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUL2013):
(2) EVALUATON CRITERIA: Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the "best value" as defined as "the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the Government requirement to include the lowest overall cost alternative (considering price, trade-offs, special features, administrative costs, etc.)" to meet the Government's needs using the following evaluation criteria:
a) Contractor Product meets all the Government requirements in the PWS.
b) Special features/enhancements in meeting/exceeding the Government requirement.
c) Experience: Company biography focusing on experience in the completion of the same and/or similar projects.
d) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of a scheduled contractor without a record of relevant past performance or for whom information on past performance is not available, the scheduled contractor will not be evaluated favorably or unfavorably on past performance.
e) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the scheduled contractor's performance record, the Government has a reasonable expectation that the scheduled contractors will successfully perform the required effort, or the scheduled contractor's performance record is unknown.
Unacceptable Based on the scheduled contractor's performance record, the Government has no reasonable expectation that the scheduled contractors will be able to successfully perform the required effort.
(3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and
Certifications - Commercial Items) (AUG2013) or indication that offeror representations and certifications are in System for Award Management (SAM).
(4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (JUL2013)
(5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (SEPT2013)
OTHER CLAUSES, TERMS, AND CONDITIONS:
INVOICING INSTRUCTIONS - MANDATORY:
SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)
(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):
(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293).
(2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information)
(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.
(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF:
(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor.
Routing Table
WAWF Invoice Type COMBO
Contract Number N/A
Delivery Order Number N/A
Issuing Office DODAAC N68094
Admin Office DODAAC N68094
Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A
Ship To DoDAAC (for Combo),
Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094
Acceptance At Other N68094
Local Processing Office (Certifier) N68094
DCAA Office DODAAC (Used on Cost Voucher's only) N/A
Paying Office DODAAC HQ0248
Acceptor/COR Email Address N/A
(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:
Name Email Phone Role
Mr. Steven Milstead [email protected] (928) 269-3186 WAWF Acceptor