Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

H -- UNDERGROUND UTILITY LOCATION SERVICE

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Key West, Naval Air Station Building A-718, Key West, FL, 33040, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62467-06-R-2826
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP), Solicitation Number N62467-06-R-2826 for Non-Personal Services as follows: The Contractor shall provide UNDERGROUND UTILITIES LOCATION SERVICES AT NAVAL AIR STATION KEY WEST, FLORIDA PRIMARILY AT A FIRM-FIXED PRICE (FFP) RATE, WITH CAPABILITY OF ORDERING AT THE INDEFINITE DELIVERY INDEFINITE QUANTITY RATE (IDIQ). Performance period: Base year with 4 Option years. Offerors shall submit price and technical proposal for subject work to Contracting Officer via e-mail or other means by MONDAY 25 SEPTEMBER 2006. If Offer requests a site visit, contact the Contracting Officer by WEDNESDAY, 20 September 2006. Contractor shall comply with all Base requirements regarding Safety, Badging of Employees, and other administrative conditions applying to Contractors and Tradesmen. Regular work hours are Monday through Friday, 0730 to 1600 hrs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular and Amendments from FAC 2005-12, Effective on August 04, 2006. This Solicitation is Unrestricted. The applicable NAIC Codes: 541370; 541380. Contract Line Item Numbers (CLINS) are as follows, and shall be used for pricing: CLIN 0001, BASE YEAR: FIRM FIXED PRICE: 75 CALLS (60 REGULAR, 15 EMERGENCY: ______________________; CLIN 0002: BASE YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ): 20 ADDITIONAL REGULAR CALLS; UNIT PRICE PER CALL: ___________________; EXTENDED PRICE: _____________; CLIN 0003: BASE YEAR IDIQ: 10 ADDITIONAL CALLS; UNIT PRICE PER CALL: _________________; EXTENDED PRICE: __________________; CLIN 0004, OPTION YEAR: FIRM FIXED PRICE: 75 CALLS (60 REGULAR, 15 EMERGENCY: ______________________; CLIN 0005: OPTION YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ): 20 ADDITIONAL REGULAR CALLS; UNIT PRICE PER CALL: ___________________; EXTENDED PRICE: _____________; CLIN 0006: OPTION YEAR IDIQ: 10 ADDITIONAL CALLS; UNIT PRICE PER CALL: _________________; EXTENDED PRICE: __________________; CLIN 0007, OPTION YEAR: FIRM FIXED PRICE: 75 CALLS (60 REGULAR, 15 EMERGENCY: ______________________; CLIN 0008: OPTION YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ): 20 ADDITIONAL REGULAR CALLS; UNIT PRICE PER CALL: ___________________; EXTENDED PRICE: _____________; CLIN 0009: OPTION YEAR IDIQ: 10 ADDITIONAL CALLS; UNIT PRICE PER CALL: _________________; EXTENDED PRICE: __________________; CLIN 0010, OPTION YEAR: FIRM FIXED PRICE: 75 CALLS (60 REGULAR, 15 EMERGENCY: ______________________; CLIN 0011: OPTION YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ): 20 ADDITIONAL REGULAR CALLS; UNIT PRICE PER CALL: ___________________; EXTENDED PRICE: _____________; CLIN 0012: OPTION YEAR IDIQ: 10 ADDITIONAL CALLS; UNIT PRICE PER CALL: _________________; EXTENDED PRICE: __________________; CLIN 0013, OPTION YEAR: FIRM FIXED PRICE: 75 CALLS (60 REGULAR, 15 EMERGENCY: ______________________; CLIN 0014: OPTION YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ): 20 ADDITIONAL REGULAR CALLS; UNIT PRICE PER CALL: ___________________; EXTENDED PRICE: _____________; CLIN 0015: OPTION YEAR IDIQ: 10 ADDITIONAL CALLS; UNIT PRICE PER CALL: _________________; EXTENDED PRICE: __________________; The performance period shall commence on 1 October 2006. The Contracting Officer will provide name(s) of individuals who have authority to call for utility location. The Contractor shall submit a monthly call log to the Contracting Officer by the 10th of each month, listing calls from the previous month, dates, individual who ordered the utility location, date of service, and results. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; there are no addenda to the provision. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation, as follows: Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical Proposal; (iii) Past Performance. Technical and past performance, when combined, are approximately equal. The contractor shall submit the following: Price; Technical Proposal: list of related experience during the past 5 years; Past Performance: recommendation or evaluation from previous clients; Reps & Certs. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) It is anticipated that award will be made by 30 September 2006. However, Offerors shall hold prices for 90 days. If award is made after 30 September 2006, a new commencement date will be issued by the Contracting Officer. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There is no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to the acquisition: 52.217-8, Option to Extend Services and 52.217-9 Option toExtend the Term of the Contractor. The Government will notify the Contractor of its intent to exercise an option 30 days in advance. 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ; 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)); 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq); (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793); (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The contractors technical proposal shall become part of the awarded contract and the contractor will be required to deliver in accordance with this solicitation and the technical proposal, at the offered price. The assigned Defense Priorities and Allocations System (DPAS) and assigned rating, is NONE. There are no applicable Numbered Notes. Electronic Proposals shall be submitted to the Contracting Officer and Alternate via e-mail or other means Close of Business, Monday 25 September 2006. The e-mail addresses are as follows: jean.tarlton@navy.mil; Sharon.j.keenan@navy.mil. For information, please contact Jean C Tarlton, Contract Specialist, Contracting Officer (305) 293-2841; alternate: Sharon J Keenan, Contract Specialist, Contracting Officer (305) 293-3169. (18) Naval Air Station, Boca Chica Key, Key West, Florida; (19) Unrestricted ALL PROPOSALS MUST BE SUBMITTED ELECTRONICALLY (VIA E-MAIL) OR BY OTHER MEANS; NO FAXES. Technical questions must be in writing via-e-mail to the Contracting Officer. 0100000 ? General Information Spec Item Title Description 1 General Information 1.1 Outline of Services Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS). THE PURPOSE OF THIS PROCUREMENT IS TO OBTAIN UNDERGROUND UTILITIES LOCATION SERVICES AT NAVAL AIR STATION KEY WEST, FLORIDA PRIMARILY AT A FIRM-FIXED PRICE (FFP) RATE, WITH CAPABILITY OF ORDERING AT THE INDEFINITE DELIVERY INDEFINITE QUANTITY RATE (IDIQ). The PWS is organized into annexes. Annex 1 is "General Information". Annex 2 contains the on-site project management and administration requirements. Annexes 3 through 18 contain the technical requirements. Annex 1 General Information Annex 2 Management and Administration Annex 3 N/A Annex 4 N/A Annex 5 N/A Annex 6 N/A Annex 7 N/A Annex 8 N/A Annex 9 N/A Annex 10 N/A Annex 11 N/A Annex 12 N/A Annex 13 N/A Annex 14 N/A Annex 15 Facilities Support Annex 16 N/A Annex 17 N/A Annex 18 N/A 1.2 Project Location The work shall be performed at various Federal Government locations in the Lower Florida Keys, and could vary from location to location within that area. The following is an example of the dispersion of work at the various locations. (1) Underground Utilities Location Services at the Naval Air Station Key West, Florida (including Truman Annex, Trumbo Point, Fleming Key, Sigsbee Park, Peary Court, Navy Medical Clinic, Boca Chica, Rockland Key, Saddlebunch Key and Cudjoe Key). 1.3 Background Information The intention of this solicitation is to obtain utility location services at the Naval Air Station Key West by means of a firm fixed price contract. This service shall be performed prior to any Government or priate contractor excavations within the area. 1.4 Verification of Workload and Conditions The annual quantity (i.e., workload) is 75 occurrences, with 15 of the occurrences of the emergency type. 1.5 Climate Patterns The average temperature in Key West is 77.8 degrees. The Key West area has an average of 39.6 inches of precipitation annually. 1.6 Related Information The Contractor shall locate buried underground utility systems. The current and increasing potential for damage to underground utility systems caused by other excavation and utility installation/repair activities has required the need for NASKW to acquire the services of an Utility Locator Company on an as needed basis. In the interest of occupational safety and health the work shall be performed in accordance with US Army Corps of Engineers? EM 385. Existing utility drawings of the specific site shall be made available to the Contractor upon the issuance of every new requirement, if the drawings exist. Drawings are not guaranteed to exist. The work requires the Contractor to locate and mark existing underground utilities. The Contractor shall provide this locator service prior to any Government or private contractor excavations within the NASKW Complex. This service shall be ordered on an as needed basis, and there is no established frequency other than the annual expectancy. The locator service is presently needed on an average of 75 occurrences per year. Of the 75 location occurrences approximately 15 shall be of the emergency type. The average scanned area per occurrence is 500 square feet. Each scanning occurrence ordered shall not exceed 5000 square feet. The Contractor shall complete each utility location order within a maximum of 72 hours after receipt of order and emergency utility location within 24 hours after receipt of order. Before beginning any demolition work, the Contractor shall survey the site and examine the drawings and specifications to determine the extent of the work. The Contractor shall take all necessary means to locate hidden underground structures. The Contractor?s location process shall incorporate all known industry locating measures. The work shall comply with the requirements of any applicable ENVIRONMENT PROTECTION LAWS. The Contractor may get partial prints of the suspected site conditions at the NAFKWPW Engineering Office bldg A-629, ph 305-293-2194. The existing prints of NASKW utilities do not show all buried utilities and structures. The existing prints do not show any vertical information. Exploratory holes and excavations when required shall be repaired by the Contractor to the satisfaction of the Contracting Officer. Excavations and other hazardous openings shall be filled with a crushed lime rock fill layer with compaction. The typical utilities to be located are fiber optics, phone, cable television, traffic control, electrical, communications, water, sewer and storm. The utilities are: a. buried between the surface and 4 meters deep. b. direct buried, enclosed in ducts and within ducts encased in concrete c. piping, conduit and ducts are made from a variety of materials, both metallic and non-metallic The telephone communication lines are partially owned by Southern Bell. They are in control of any location prints and need to be contacted for any location information. The job site is located at the Naval Air Facility Complex, Key West, Florida. The location service shall be made available to all NAS Annexes, Tenant Commands and Satellite Locations. Prior to submitting quotations, Contractors are expected to inspect the job site and to satisfy themselves as to the general and local conditions that may affect the cost of performance of the work and to the extent that such information is reasonably obtainable. Site visit(s) for this job will be arranged and conducted according to the Synopsis information. NO BIDDERS ARE ALLOWED TO VISIT THE SITE UNESCORTED. 1.7 Navy Approach to Service Contracting The Department of Navy (DoN) spends over $1 billion in annual obligations to meet global requirements for facility operations and maintenance provided through Facility Support Contracts (FSC) and additional billions to provide other base operations support services (OBOS). The Head of the Contracting Activity (HCA) of the Naval Facilities Engineering Command (NAVFAC) has focused increased attention on re-engineering FSC contracts in response to customer and industry feedback, budget constraints, and the impact of a variety of contracting, program management and financial management regulations. The Navy also supports the following principles: 1.7.1 Partnering Philosophy The first principle is that the Navy views its contractors as partners and not just abstract service providers. The Navy wants its contractors to succeed because partners' success drives the Navy's successful mission completion. Within the bounds of acquisition policy the Navy intends to work to find solutions that will be beneficial to both the Government and its partners. 1.7.2 Contractor's Knowledge The second principle is that the Navy will receive insightful management from its contractors. This management will include the knowledge, skills, authority and willingness to use contractor resources to find better ways of serving Navy clients? strategic and operational goals and objectives. The Navy's use of performance-based objectives evidences this principle. Although performance work statements will typically contain several levels of performance assessment, the Navy wants its contractors to exercise maximum discretion within bounds of prudent risk management to adjust processes and resources needed to reach specified objectives at the highest performance level. 1.7.3 Industry Best Practices The third principle is that the Navy will adopt industry best commercial practices and maintain state-of-the-art service delivery. It is the Navy's and contractor's responsibility as partners to reach this goal. To that end, the Navy's emphasis will be in evaluating performance objectives (end results). 1.8 Standard Template Key to implementing a programmatic approach is using a standard template that ensures Navy-wide consistency yet affords appropriate tailoring to meet local needs. This contract conforms to the standard template and has been tailored for this solicitation. NAVFAC intends to use this template-based approach for future service contracts. Offerors should develop an understanding of the template as part of performing due diligence in reaching an understanding of the Navy?s requirements and expectations. The standard template contains 18 standard annexes. Annex 1 will always contain information that is relevant to the entire scope of the contract. Annex 2 contains on-site project management and administration requirements that are relevant to the entire scope of the contract. Annexes 3 through 18 contain the technical information and requirements peculiar to that technical annex. Within each technical annex, the organization of information and requirements are also standardized. Specification item 1 will always contain General Information. Specification item 2 will always contain the management and administrative requirements. Specification item 3 will always contain the Firm Fixed-Price (FFP) requirements. Specification item 4 will always contain the Indefinite Delivery-Indefinite Quantity (IDIQ) requirements. All costs associated with Annexes 1 and 2 and Specification items 1 and 2 must be priced and distributed within Specification Item 3 of Annexes 3 through 18. 1.9 Navy PBSC Approach The Navy?s approach to performance-based service contracting (PBSC) includes four component parts which are 1) performance outcomes, 2) measurable standards, 3) consideration of incentives, and 4) performance assessment plan. 1.10 Technical Proposal Certification The contractor warrants that its proposal incorporated herein by reference including, but not limited to, proposed approaches, staffing, methodology, or work plans, will meet the performance objectives set forth in this contract during execution thereof. The contractor is not excused from meeting such performance objectives in the event such proposal proves inadequate as conceived or executed to meet such performance objectives. The contractor understands that it bears all of the cost and performance risk associated with adopting acceptable additional (and/or alternative) means or methods of meeting the performance objective.
 
Place of Performance
Address: NAVAL AIR STATION, , KEY WEST, FLORIDA
Zip Code: 33040
Country: UNITED STATES
 
Record
SN01140056-W 20060913/060911221630 (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.