1 / 18

Contracting Overview and Tentative Source Selection Jordan Dorsey – Contracting Officer John North – Contract Specialist

Contracting Overview and Tentative Source Selection Jordan Dorsey – Contracting Officer John North – Contract Specialist. Contracting Overview.

sadah
Télécharger la présentation

Contracting Overview and Tentative Source Selection Jordan Dorsey – Contracting Officer John North – Contract Specialist

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. Contracting Overview and Tentative Source Selection Jordan Dorsey – Contracting Officer John North – Contract Specialist

  2. Contracting Overview • U.S . Navy Contracting is governed by the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS). • These regulations can be found at the following website http://farsite.hill.af.mil/. • NAVSUP Fleet Logistics Center Norfolk (FLCN) is the Contracting Office that will issue the Request for Proposal (RFP) and receive the resultant proposals.

  3. Contracting Overview (cont) • Any correspondence pertaining to this acquisition should be directed to the below NAVSUP FLCN points of contact: • FLCN Points of Contact are: • Mr. Jordan Dorsey, 1-757-443-1411 • Jordan.dorsey@navy.mil • Mr. John North, 1-757-443-1230 • John.w.north@navy.mil

  4. Key Points • Responses to the Request for Information (RFI) are due by 1200 (EST) 19 June 2012. • Responses should address each area of the RFI. • Responses should clearly identify the company name and a primary point of contact in the event follow-up is necessary. • All questions and comments resulting from this Market Research Day should also be submitted, in writing, to Mr. John North and Mr. Jordan Dorsey no later than 1200 (EST) 19 June 2012. • Answers may not be provided to submitted questions; however, questions will be taken into consideration in the development of the RFP.

  5. Key Points (cont) • The Request for Proposals, attachments, and any amendments will be published on the Federal Business Opportunities website (www.fedbizopps.com ) and the NECO web site (www.neco.navy.mil). • European vendors can access U.S. NECO by clicking on Business Opportunities from the EuroNECO homepage. • For technical assistance, contract EuroNECO support at https://euro.neco.navy.mil/link/ofeedback.aspx. • Separate emails/notifications will not be sent. • Nothing stated during this Market Research Day or contained in any of the documents provided, will qualify the terms and conditions of the RFP. • The RFP is currently being developed and no final decisions have been made.

  6. Projected Milestones • 19 June 2012 – Responses to RFI due • 20 September 2012 – RFP Published • November 2012 – Offers due • January – June 2013 – Discussions and Evaluation • Award – July 2013 • Mock Availability – November 2013 • All dates are approximate and subject to change

  7. Tentative Acquisition Strategy • Full & Open Competition (FAR 6.1) • This is new work (no incumbent contractors) • Term of Contract • Five Years (base year with four option years) • Base Year PoP: November 2013 – October 2014 • If all options are exercised, performance will extend to October 2018

  8. Solicitation Structure • Uniform Contract Format (UCF) (FAR 15.204-1) • The UCF is a table of contents for organizing contractual document into four (4) parts and thirteen (13) sections. • Part I -- The ScheduleSections A-H • Part II -- Contract ClausesSection I • Part III -- List of Documents, Exhibits,and Other AttachmentsSection J • Part IV -- Representations and Instructions.Sections K, L, and M

  9. Sections A and B • Section A, Solicitation/contract form. • Standard Form (SF) 33, Solicitation, Offer and Award will be used • Section B, Supplies or services and prices/costs. • This section will include a brief description of the supplies and/or services and quantities

  10. Sections C and D • Section C, Description/specifications/statement of work • Performance Work Statement • Planning and Execution requirements • Maintenance and Repair Requirements • Personnel Qualifications • Quality Assurance • Work Specifications • Standard Items • Section D, Packaging and marking. • Requirements for packaging, packing, preservation, and marking

  11. Sections E, F and G • Section E, Inspection and acceptance. • Inspection, acceptance, quality assurance, and reliability requirements • Section F, Deliveries or performance. • Requirements for time, place, and method of delivery or performance • Section G, Contract administration data. • Accounting and appropriation data • Payment Instructions • Identification of PCO, COR, and other applicable administrative POCs

  12. Sections H and I • Section H, Special contract requirements. • Security • Ordering Procedures • Access to Information Systems • Section I, Contract clauses. • Data clauses • Limitation of Funds/Cost clauses • Option clauses • OCONUS DFARS clauses

  13. Sections J and K • Section J, List of attachments. • DD254 (Security Specifications) • Quality Assurance Surveillance Plan (QASP) and QASP Matrix • Contract Administration Plan (CAP) • Past Performance Form • Cost/Price Spreadsheets • Section K, Representations, certifications, and other statements of offerors. • Solicitation provisions that require representations, certifications, or the submission of other information by offerors.

  14. Sections L and M • Section L, Instructions, conditions, and notices to offerors or respondents. • Solicitation provisions and other information and instructions to guide offerors or respondents in preparing proposals. These instructions could include any of the following: • Technical Proposal • Past Performance • Cost or Price Proposal • Section M, Evaluation factors for award. • Identifies all significant factors and any significant subfactors that will be considered in awarding the contract and their relative importance (see 15.304(d)).

  15. DoD SSP • The Source Selection Criteria included in the solicitation will be derived from the approved Department of Defense (DoD), Source Selection Plan (SSP). The following tables will be used to evaluate technical and past performance portions of the offerors’ proposals: • Technical Ratings Table

  16. DoD SSP (cont) • Past Performance Relevancy Ratings • Past Performance Confidence Rating

  17. CCR • In order to be eligible to receive a contract award, offerors must be registered in the Central Contractor Registration (CCR) at https://www.bpn.gov/CCR/default.aspx. Registration is at no charge to the offeror. The CCR requires a Commercial and Government Entity (CAGE) Code and a Dun & Bradstreet (DUNS) number, which are both also free of charge. • Offerors will be able to request a CAGE Code in the CCR registration process. • To request a DUNS number, offerors may visit the following website: • http://fedgov.dnb.com/webform/displayHomePage.do;jsessionid=81407B1F03F2BDB123DD47D19158B75F

  18. Questions? QUESTIONS?

More Related