This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).
The RFQ number is N0024420R0005. This was previously posted under N0024419R0019. The PWS has been updated to remove one site (Laguna Peak, CA).
This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Publication Notice 20190215.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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
This solicitation is issued as a full and open competition. The NAICS Code is: 334220.
NAVSUP FLC San Diego, Port Hueneme Office, requests responses from qualified sources capable of providing the following services at Finegayan Guam. The 10 meter Satellite Tracking Station at Detachment (Det) Charlie Guam supports the Naval Satellite Operations Center (NAVSOC). The tracking station provides Telemetry, Tracking, and Commanding (TT and C) operations of the Navybs Communication Satellite system. Software drivers were developed by NAVSOC for the Integrated Satellite Control System (ISCS) to communicate with the Telemetry and Communications Systems (TCS) ACU at Det Charlie for status and control capabilities through a secure network architecture.
Contractor shall upgrade the existing SGLS antenna system at Det C Guam with a mono pulse Auto Track capability in order to allow the antenna to track satellites operating in geosynchronous orbit (GEO) and Low Earth Orbit (LEO). The upgrade may also include the following antenna control system equipment, at a minimum, to support the new mono pulse auto track system or to replace obsolete equipment: antenna control unit, power drive unit, servos, brakes, encoders, synchros, transformers, and cabling. Effort to be performed in accordance with attached Performance Work Statement.
Delivery Date: Required no later than 330 days after award.
Delivery Location: The contractor will provide travel arrangements to Det Charlie Finegayan Guam for on-site installation and testing.
Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:
52.212-1, Instructions to Offerors Commercial Items (OCT 2018), Subparagraph (c) of the referenced provision is changed to 90 days;
52.212-2, Evaluation - Commercial Items (OCT 2014), the fill-in for Subparagraph (a) is:
The factors are listed in order of importance. Non-price evaluation factors, when combined, would be significantly more important than Price.
(I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT
(II) PAST PERFORMANCE
(III) PRICE
The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors.
Offerorsb proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the products offered as either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal technically unacceptable and the proposal may not be considered for award.
Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate past performance as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award.
For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price.
At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint.
TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures, drawings or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation.
In addition, each offer shall address each of the system requirements. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award.
Offerorsb PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(10), will be used to make a determination of whether the offeror has an acceptable record of past performance.
A proposal that receives a rating of acceptable on past performance is one that demonstrates little anticipated risk in the areas of quality of the product, timely delivery, and customer satisfaction. Offerors should, therefore, provide performance history and references to demonstrate acceptable past performance for up to three prior similar contracts performed within the past three years.
The evaluation may take into account past performance information regarding predecessor companies and subcontractors that will perform major or critical aspects of the requirement.
Offers that lack relevant past performance history will receive a neutral rating for this factor. Any Offerorbs proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government.
Thus, the Contracting Officer may determine it is an unsuccessful proposal when compared to the proposals of other offerors.
PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information.
FAR 52.204-7 System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-10 Reporting Subcontract Awards.
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation of Commercial Items
FAR 52.212-3 Offeror Reps and Certs
FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Ordersb Commercial Items.
FAR 52.217-6 Option for Increased Quantity
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.222-36 Affirmative Action for Workers w/ Disabilities
FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.232-18 Availability of Funds
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-34, F.o.b.
Destination applies
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)
DFARS 252.225-7001 Buy American and Balance of Payments ProgrambBasic
DFARS 252.227-7015 Technical Data--Commercial Items
DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.246-7008 Sources of Electronic Parts
UNIT PRICES (JUL 2016)
Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.
Questions may be submitted to the Contact Specialist Nancy Landeros via email nancy.landeros@navy.mil using subject line: RFQ N00244-20-R-0005.
Quotes will be accepted via email submitted to: nancy.landeros@navy.mil.
Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. All responsible sources may submit a quote which shall be considered by the agency.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms.
Oral communications are NOT acceptable in response to this notice.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
Nancy Landeros 805-982-2189
POC email address