Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

R -- Quality Assurance Inspection Services in support of Hurricane Katrina relief efforts in the State of Mississippi.

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-R-0014
 
Response Due
3/21/2006
 
Archive Date
5/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announceme nt constitutes only a portion of the solicitation; proposals are being requested and a more detailed solicitation is available on the Federal Technical Data Solutions (FedTeDS) Web Page at http://www.fedteds.gov/. The FedTeDS website does not have a searc h feature. You must navigate to FedTeDS by way of the link provided by FedBizOpps at www.fbo.gov. Hardcopies will not be available. Solicitation Number W912EE-06-R-0014 is being issued as a request for proposal (RFP). The contract will be a Firm-Fixed Pr ice, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with an estimated ceiling amount of $20 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This sol icitation is 100% set aside for small business concerns under NAICS Code 541990 with a size standard of $6,500,000.00. The U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi has a requirement for 200 to 750 Quality Assurance Inspectors in support of Hurricane Katrina Relief Efforts. The contract will be awarded to the firm submitting the proposal considered to be the best in terms of technical evaluation factors and price (Best Value) that is determined to be in the best interest of the Government and therefore, the project will not necessarily be awarded to the firm submitting the lowest proposal. This requirement is for a fixed priced contract with three (3) Contract Line Item (CLIN) Numbers for the QA services as follows: CLIN 0001, Descriptio n: Quality Assurance Inspection Regular Time, Quantity: 130,000, Unit: Hours; CLIN 0002, Description: Quality Assurance Inspection Overtime, Quantity: 141,600, Unit: Hours; CLIN 0003, Description: Daily Cost Per Person for equipment, travel, and lodging, Quantity: 22,600, Unit: Days. The clause 52.212-2, EvaluationCommercial Items applies to this acquisition. In accordance with the Contract Clause entitled INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FAR 52.212-1), paragraph g, the Government intends to evaluate offers and award a contract without discussions; however, the right is reserved to conduct discussions if the Contracting Officer deems it necessary. The total estimated contract cost will be considered as an independent element from the technical evaluations. Cost proposals will be reviewed for completeness, credibility, and compatibility with the technical proposals. The Governments assessment will focus on contracts that meet the following conditions: Recency  Only contracts that were perform ed or awarded within the last three (3) calendar years will be considered. Relevancy  Only contracts which were/are relevant in scope to Quality Assurance Inspection services will be considered. The Government will use data provided in the Offerors propos al and data obtained from other sources. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rest with the Offerors. In accordance FAR 15.305(a) in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorable on past performance. Offerors will be provided an opportunity to identify pas t or current contracts (including Federal, State, and Local Government and Private) for the efforts similar to the Government requirements. The offeror may provide information on problems encountered on the identified contracts and the offeror's correctiv e action. Offerors proposals will be evaluated in light of the following criteria, listed in relative order of importance with Experience being the most impor tant. 1. EXPERIENCE: a. Similar contracts with the COE successfully completed and performed in a satisfactory manner. b. Similar contracts, but not with the COE, successfully completed and performed in a satisfactory manner. 2. PAST PERFORMANCE: a. Similar contracts with the COE which are ongoing. Key Company personnel with experience on similar projects, but not while working for this firm. c. Subcontractors, experience on similar contracts with the COE.3. CAPABILITY (STAFFING and ORGANIZATION):a. Designa ted Personnel to be assigned: 1. Managerial Staff, with prior experience in similar contracts with the COE.2. Supervisory Construction Representatives, with prior experience in similar contracts with the COE. 3. Quality Assurance Representatives, initial sources to draw from, prior experience in similar contracts with the COE. b. Reserve Personnel (additional resources available and their experience in similar contracts): 1. Managerial Staff 2. Supervisory Construction Representatives 3. Quality Assurance Representatives. 4. TECHNICAL: a. Understanding Scope of Work b. Mobilization Plan, recognizes and addresses how to overcome challenges c. Lead time Necessary for Staffing, meeting or exceeding minimum contract requirements. The following commercial claus es apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items, 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions, and 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Order-Commercial Items. Other clauses apply. Refer to full solicitation at the FedTeDS Web Page. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.c cr.gov. Registering electronically will expedite the registration process. Proposals are due 21 March 2006 not later than 1630 hours (4:30 p.m.) local time at the USACE, VICKSBURG DISTRICT, 4155 E.CLAY STREET, VICKSBURG, MS 39183, ATTN: MACK ROSS. For info rmation concerning this solicitation contact Jennifer Ko @ 225/241-7094 or email at jennifer.i.ko@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00998145-W 20060304/060302212645 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.