DOCUMENT
BVTO Section L M Language Update (28 FEB 2023 Industry Day - Read Ahead) Version 1.docx
OVERVIEW
Original Source
Contract Opportunity
Related Opportunity
Related Agency
Posted
Feb. 15, 2023
Type
.docx
Size
0.07MB
DOCUMENT PREVIEW
EXTRACTED TEXT
SECTION L - INSTRUCTIONS TO OFFERORS:
IV. PROPOSAL FORMAT
To facilitate efficiency and consistency in proposal evaluation the following is mandatory. PROPOSALS WHICH DO NOT FOLLOW THIS DIRECTION MAY BE REJECTED AS NON-RESPONSIVE AND THUS INELIGIBLE FOR AWARD. NON-RESPONSIVE PROPOSALS WILL NOT BE EVALUATED.
Electronic Proposals: Electronic Proposals: All proposals shall be submitted via DoD SAFE as outlined above. Pages shall be formatted to 8.5 x 11 inch paper with one inch margins. The text used shall be Times New Roman with a minimum of 12 point font. Any revisions to Offerors proposals (if required) shall be submitted in two (2) forms: (1) a final clean revised document; and (2) a redlined document outlining the Offerors changes. The Contracting Officer reserves the right to provide any additional instructions regarding revisions to Offerors proposals via letter. Offerors shall use the attachments provided with this solicitation for their proposal content as specified in Section L, paragraph V where required.
1.Volume I (XXX-1)
a) Factor 1 Price: No page limitation with the exception of the cover letter which shall not exceed three (3) pages.
Volume II (XXX-2)
Non-price Factor 1 - Technical Eligibility & Physical Resource Capacity: No page limitation, with the exception of the narrative which shall not exceed 10 pages
Non-price Factor 2 - Manpower: No page limitation, with the exception of the narrative which shall not exceed 20 pages
Non-price Factor 3 - Schedule & Execution Approach: No page limitation, with the exception of the narrative which shall not exceed 30 pages
Emphasis Area A (Open and Inspect (O&I) Reports Plan): No page limitation, with the exception of the narrative which shall not exceed 15 pages
Emphasis Area B (High Level Schedule Substantiation ): No page limitation, with the exception of the narrative which shall not exceed 15 pages
Non-price Factor 4 Past Performance: No page limitation
V. PROPOSAL CONTENT
VOLUME I
Price Proposal: The price proposal shall not contain non-price factor information.
Factor 1: Price: The price proposal shall be comprised of the following documentation:
Cover Letter,
Signed SF 33 with all amendments acknowledged,
Small Business Subcontracting plan per FAR Part 19 (large businesses only),
Any Joint Venture / teaming agreements (if applicable),
NSI 009-72 Narrative and Supporting Documentation (if applicable),
Completed Attachment J-4 and Solicitation Section B carrying forward information from Attachment J-4, as applicable, containing:
Work Item Pricing for all Base and Option Items,
Daily Extension Rates,
Inter-port Differential (IPD),
Fully Burdened Ship Repair Labor & Material Burden Rate, New Work & Growth Reservation,
NSI 009-72 Deduction (if applicable),
Government Provided Pier Differential (if applicable),
Dock Differential (if applicable), and
Value Adjusted Total Evaluated Price Reduction (if applicable)
Completed Execution Milestones and Key Event Dates (Attachment J-3).
Completed Proposal Assessment (Attachment S-7).
Cover Letter: The cover letter, which shall not exceed three (3) pages, shall meet all the requirements of the first page of the proposal outlined in FAR 52.215-1(c)(2)(i-v). In addition to those requirements, the Offeror shall include the following in the cover letter:
Identification of all enclosures included with the proposal,
CAGE and SAM Unique Entity Identifier (UEI) numbers for the Prime contractor,
Notice of any alterations to the solicitation (except for completing appropriate fill-in blocks and certifications).
Name, address, and telephone number of each proposed first-tier subcontractor with a proposed subcontract estimated at $15 million or more.
For any work item (WI) with a total dollar value of zero dollars proposed in the Pricing Workbook (Attachment J-4) provide an explanation as to why. In addition, if applicable:
For any WI with a total value of zero labor hours proposed (prime and subcontractor combined) (although material is proposed), provide an explanation as to why.
For any WI with a total dollar value of zero material proposed (prime and subcontractor combined) (although labor is proposed), provide an explanation as to why.
Standard Form 33 (SF-33): As part of the price proposal package, the Offeror shall submit the completed SF 33 with blocks 12 through 18 completed, as well as all sections with applicable fill-ins filled in and shall acknowledge all amendments. The representative who signs this form must be authorized to contractually bind the company providing the offer. Section B CLIN pricing must also be completed for ALL APPLICABLE CLINs. The Offeror shall complete and provide all Representations, Certifications, and Other Statements included in Section K of the solicitation. Submission of a signed offer to the Government constitutes agreement and acceptance of the terms and conditions of the solicitation in a FFP contracting environment.
Small Business Subcontracting Plan (SBSP):
An Offeror shall submit a SBSP outlining its strategy for maintaining compliance with FAR 52.219-9 ALT II for the duration of the USS SHIPNAME, which includes:
A subcontracting goal of 25 percent of an Offerors total subcontracting dollars utilizing small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, and HUB-Zone small businesses. Note, the 25 percent goal is inclusive of the congressionally mandated five percent (5%) goal for small disadvantaged business concerns.
Offerors must provide rationale for any proposed plan which does not meet the following thresholds (as applied to total contract dollars):
25 percent of prime contracts for small businesses;
Five percent of prime and subcontracts for women-owned small businesses;
Five percent of prime contracts and subcontracts for small disadvantaged businesses;
Three percent of prime contracts and subcontracts for HUBZone small businesses; and
Three percent of prime and subcontracts for service-disabled veteran-owned small businesses.
In addition, Offerors must provide explanation for any SBSP which fails to address all requirements outlined in FAR 52.219-9 ALT II.
A SBSP is NOT REQUIRED from a small business concern.
Completed Solicitation Section B and Pricing Workbook (Attachment J-4):
Offerors must propose on all contract line items (CLINs) including all base and option CLINs, complete Section B NOTE B: SCHEDULE OF PRICES / RATES: SHIP REPAIR LABOR RATE (FULLY BURDENED), complete Section B NOTE D: SCHEDULE OF DAILY RATES FOR PIERSIDE AND DRY DOCKING (FULLY BURDENED) FOR PURPOSES OF A COMPENSABLE EXTENSION TO THE DRY-DOCKING OR DELIVERY DATE, and complete all tabs of Pricing Workbook (Attachment J-4) to be considered responsive.
The Offeror shall submit prices using the Pricing Workbook (Attachment J-4) for all Tabs, including: Work Item Pricing Index, Daily Extension Rates, Labor & Material Burden Rates and Total Proposed Evaluated Price in Microsoft Excel in the format provided in this solicitation. The breakdown of CLIN prices, corresponding to the work item pricing, must add up to the total of each CLIN. If there is a discrepancy between the two, the CLIN price shall govern. The Pricing Workbook (Attachment J-4) Fully Burdened Ship Repair Labor Rate and Material Burden Rate must match the rates provided in the Section B NOTE B: SCHEDULE OF PRICES / RATES: SHIP REPAIR LABOR RATE (FULLY BURDENED). If there is a discrepancy between the two, the Section B Fully Burdened Ship Repair Labor Rate and Material Burden Rate shall govern.
Offerors shall insert pricing in all yellow shaded fields in the pricing workbook (Attachment J-4).
Inter-port Differential (IPD)
The IPD applicable to the USS SHIPNAME must be included in all offers and reflects the costs incurred by the Navy to accomplish an availability at a port other than the homeport. The following chart provides the values to be included in all Offerors price proposals to determine the Offerors total evaluated price.
Location
Differential
City, State
$XXXXX
An Offeror whose location is not listed in the above Government provided port differential tables shall submit a bidders question requesting a Government provided port differential be calculated for the Offerors proposed location for the USS SHIPNAME.
NSI 009-72 Reduction
Offeror must provide a narrative as well as other than certified cost or pricing data in accordance with FAR 15.403-3, supporting the impact of SI 009-72 Security Measures for Surface Combatants and Amphibious ships use of a water barrier, numbered Fleet Commander-approved barge or other physical barrier approved by the numbered Fleet Commander.
Value Adjusted Total Evaluated Price (VATEP) Capacity Expansion
It is in the Navys interest to encourage industry to provide additional dry-dock capacity in order to both increase competition for the USS SHIPNAME and increase the nations capacity for industrial mobilization and wartime readiness.
Therefore, if an Offeror proposes in their Volume II Non Price Proposal to utilize a new dry-dock in the execution of the USS SHIPNAME it will be evaluated in the Volume I price evaluation and incorporated in the resultant contract via the Section C clause C-215-H002 CONTRACTOR PROPOSAL (NAVSEA) (OCT 2018). The technical eligibility will be evaluated in the Volume II Non Price Proposal in accordance with section M and incorporated into the resultant contract.
Utilizing a new dry-dock is defined as completing, at minimum, the Underwater Hull Preservation defined by Section C and the work item 631-31-001 included within the USS SHIPNAME Work Package SSP XXX within a dry-dock that has not been used in the execution of a Chief of Naval Operations (CNO) Availability on a non-nuclear US Navy surface ship in the XX year period prior to
IV. PROPOSAL FORMAT
To facilitate efficiency and consistency in proposal evaluation the following is mandatory. PROPOSALS WHICH DO NOT FOLLOW THIS DIRECTION MAY BE REJECTED AS NON-RESPONSIVE AND THUS INELIGIBLE FOR AWARD. NON-RESPONSIVE PROPOSALS WILL NOT BE EVALUATED.
Electronic Proposals: Electronic Proposals: All proposals shall be submitted via DoD SAFE as outlined above. Pages shall be formatted to 8.5 x 11 inch paper with one inch margins. The text used shall be Times New Roman with a minimum of 12 point font. Any revisions to Offerors proposals (if required) shall be submitted in two (2) forms: (1) a final clean revised document; and (2) a redlined document outlining the Offerors changes. The Contracting Officer reserves the right to provide any additional instructions regarding revisions to Offerors proposals via letter. Offerors shall use the attachments provided with this solicitation for their proposal content as specified in Section L, paragraph V where required.
1.Volume I (XXX-1)
a) Factor 1 Price: No page limitation with the exception of the cover letter which shall not exceed three (3) pages.
Volume II (XXX-2)
Non-price Factor 1 - Technical Eligibility & Physical Resource Capacity: No page limitation, with the exception of the narrative which shall not exceed 10 pages
Non-price Factor 2 - Manpower: No page limitation, with the exception of the narrative which shall not exceed 20 pages
Non-price Factor 3 - Schedule & Execution Approach: No page limitation, with the exception of the narrative which shall not exceed 30 pages
Emphasis Area A (Open and Inspect (O&I) Reports Plan): No page limitation, with the exception of the narrative which shall not exceed 15 pages
Emphasis Area B (High Level Schedule Substantiation ): No page limitation, with the exception of the narrative which shall not exceed 15 pages
Non-price Factor 4 Past Performance: No page limitation
V. PROPOSAL CONTENT
VOLUME I
Price Proposal: The price proposal shall not contain non-price factor information.
Factor 1: Price: The price proposal shall be comprised of the following documentation:
Cover Letter,
Signed SF 33 with all amendments acknowledged,
Small Business Subcontracting plan per FAR Part 19 (large businesses only),
Any Joint Venture / teaming agreements (if applicable),
NSI 009-72 Narrative and Supporting Documentation (if applicable),
Completed Attachment J-4 and Solicitation Section B carrying forward information from Attachment J-4, as applicable, containing:
Work Item Pricing for all Base and Option Items,
Daily Extension Rates,
Inter-port Differential (IPD),
Fully Burdened Ship Repair Labor & Material Burden Rate, New Work & Growth Reservation,
NSI 009-72 Deduction (if applicable),
Government Provided Pier Differential (if applicable),
Dock Differential (if applicable), and
Value Adjusted Total Evaluated Price Reduction (if applicable)
Completed Execution Milestones and Key Event Dates (Attachment J-3).
Completed Proposal Assessment (Attachment S-7).
Cover Letter: The cover letter, which shall not exceed three (3) pages, shall meet all the requirements of the first page of the proposal outlined in FAR 52.215-1(c)(2)(i-v). In addition to those requirements, the Offeror shall include the following in the cover letter:
Identification of all enclosures included with the proposal,
CAGE and SAM Unique Entity Identifier (UEI) numbers for the Prime contractor,
Notice of any alterations to the solicitation (except for completing appropriate fill-in blocks and certifications).
Name, address, and telephone number of each proposed first-tier subcontractor with a proposed subcontract estimated at $15 million or more.
For any work item (WI) with a total dollar value of zero dollars proposed in the Pricing Workbook (Attachment J-4) provide an explanation as to why. In addition, if applicable:
For any WI with a total value of zero labor hours proposed (prime and subcontractor combined) (although material is proposed), provide an explanation as to why.
For any WI with a total dollar value of zero material proposed (prime and subcontractor combined) (although labor is proposed), provide an explanation as to why.
Standard Form 33 (SF-33): As part of the price proposal package, the Offeror shall submit the completed SF 33 with blocks 12 through 18 completed, as well as all sections with applicable fill-ins filled in and shall acknowledge all amendments. The representative who signs this form must be authorized to contractually bind the company providing the offer. Section B CLIN pricing must also be completed for ALL APPLICABLE CLINs. The Offeror shall complete and provide all Representations, Certifications, and Other Statements included in Section K of the solicitation. Submission of a signed offer to the Government constitutes agreement and acceptance of the terms and conditions of the solicitation in a FFP contracting environment.
Small Business Subcontracting Plan (SBSP):
An Offeror shall submit a SBSP outlining its strategy for maintaining compliance with FAR 52.219-9 ALT II for the duration of the USS SHIPNAME, which includes:
A subcontracting goal of 25 percent of an Offerors total subcontracting dollars utilizing small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, and HUB-Zone small businesses. Note, the 25 percent goal is inclusive of the congressionally mandated five percent (5%) goal for small disadvantaged business concerns.
Offerors must provide rationale for any proposed plan which does not meet the following thresholds (as applied to total contract dollars):
25 percent of prime contracts for small businesses;
Five percent of prime and subcontracts for women-owned small businesses;
Five percent of prime contracts and subcontracts for small disadvantaged businesses;
Three percent of prime contracts and subcontracts for HUBZone small businesses; and
Three percent of prime and subcontracts for service-disabled veteran-owned small businesses.
In addition, Offerors must provide explanation for any SBSP which fails to address all requirements outlined in FAR 52.219-9 ALT II.
A SBSP is NOT REQUIRED from a small business concern.
Completed Solicitation Section B and Pricing Workbook (Attachment J-4):
Offerors must propose on all contract line items (CLINs) including all base and option CLINs, complete Section B NOTE B: SCHEDULE OF PRICES / RATES: SHIP REPAIR LABOR RATE (FULLY BURDENED), complete Section B NOTE D: SCHEDULE OF DAILY RATES FOR PIERSIDE AND DRY DOCKING (FULLY BURDENED) FOR PURPOSES OF A COMPENSABLE EXTENSION TO THE DRY-DOCKING OR DELIVERY DATE, and complete all tabs of Pricing Workbook (Attachment J-4) to be considered responsive.
The Offeror shall submit prices using the Pricing Workbook (Attachment J-4) for all Tabs, including: Work Item Pricing Index, Daily Extension Rates, Labor & Material Burden Rates and Total Proposed Evaluated Price in Microsoft Excel in the format provided in this solicitation. The breakdown of CLIN prices, corresponding to the work item pricing, must add up to the total of each CLIN. If there is a discrepancy between the two, the CLIN price shall govern. The Pricing Workbook (Attachment J-4) Fully Burdened Ship Repair Labor Rate and Material Burden Rate must match the rates provided in the Section B NOTE B: SCHEDULE OF PRICES / RATES: SHIP REPAIR LABOR RATE (FULLY BURDENED). If there is a discrepancy between the two, the Section B Fully Burdened Ship Repair Labor Rate and Material Burden Rate shall govern.
Offerors shall insert pricing in all yellow shaded fields in the pricing workbook (Attachment J-4).
Inter-port Differential (IPD)
The IPD applicable to the USS SHIPNAME must be included in all offers and reflects the costs incurred by the Navy to accomplish an availability at a port other than the homeport. The following chart provides the values to be included in all Offerors price proposals to determine the Offerors total evaluated price.
Location
Differential
City, State
$XXXXX
An Offeror whose location is not listed in the above Government provided port differential tables shall submit a bidders question requesting a Government provided port differential be calculated for the Offerors proposed location for the USS SHIPNAME.
NSI 009-72 Reduction
Offeror must provide a narrative as well as other than certified cost or pricing data in accordance with FAR 15.403-3, supporting the impact of SI 009-72 Security Measures for Surface Combatants and Amphibious ships use of a water barrier, numbered Fleet Commander-approved barge or other physical barrier approved by the numbered Fleet Commander.
Value Adjusted Total Evaluated Price (VATEP) Capacity Expansion
It is in the Navys interest to encourage industry to provide additional dry-dock capacity in order to both increase competition for the USS SHIPNAME and increase the nations capacity for industrial mobilization and wartime readiness.
Therefore, if an Offeror proposes in their Volume II Non Price Proposal to utilize a new dry-dock in the execution of the USS SHIPNAME it will be evaluated in the Volume I price evaluation and incorporated in the resultant contract via the Section C clause C-215-H002 CONTRACTOR PROPOSAL (NAVSEA) (OCT 2018). The technical eligibility will be evaluated in the Volume II Non Price Proposal in accordance with section M and incorporated into the resultant contract.
Utilizing a new dry-dock is defined as completing, at minimum, the Underwater Hull Preservation defined by Section C and the work item 631-31-001 included within the USS SHIPNAME Work Package SSP XXX within a dry-dock that has not been used in the execution of a Chief of Naval Operations (CNO) Availability on a non-nuclear US Navy surface ship in the XX year period prior to
Show All