Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
DOCUMENT

N -- Nationwide Cable Installation Services - Synopsis/Solicitation

Notice Date
7/9/2008
 
Notice Type
Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
 
ZIP Code
20552
 
Solicitation Number
RFP-OTS-08-CABLE
 
Response Due
7/23/2008 4:30:00 PM
 
Archive Date
7/24/2008
 
Point of Contact
Sharon M Davis,, Phone: 202-906-7624
 
E-Mail Address
sharon.davis@ots.treas.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Subpart 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested, and a written solicitation will not be issued. The solicitation number is RFP-OTS-08-CABLE and is issued as a Request for Proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $13 million. This acquisition is being offered for competition limited to service disabled veteran-owned business (SDVOB) businesses. It is anticipated that only one award will result from this solicitation via the issuance of an Indefinite Delivery-Indefinite Quantity (IDIQ), firm fixed-price contract with a period of performance as set forth in the attached Statement of Work. This contract will be for a base period and four Option Periods. The Contractor shall provide computer and network cable installation services in accordance with the Statement of Work. Date(s) and place(s) of delivery will be specified in individual Task Orders and shipped FOB Destination. Offerors shall submit pricing for Tasks 5.1 - 5.3 under 5.0 TASKS in the Statement of Work. Such pricing shall be pre-priced for the base period and option periods. Please include all applicable discounts in your offer. The only work authorized under this contract is work ordered by the Contracting Officer through the issuance of a Task Order. Responses shall be submitted via electronic submission to Sharon M. Davis at sharon.davis@ots.treas.gov and be marked as follows: "RFP-OTS-08-CABLE" in the subject line of the e-mail. All correspondence regarding this requirement must be submitted to Sharon M. Davis via e-mail. Terms and Conditions: This RFP incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-25. Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to sharon.davis@ots.treas.gov". Provision 52.212-2, Evaluation-Commercial Items (Jan 1999) is incorporated by reference. Addendum to 52.212-2, Insert the following factor: (a) The Government will evaluate information based on the following criteria 1) Experience, 2) Price, and 3) Past Performance. These factors are listed in descending order of importance. Factor one is the most important. Factor two is more important than three. Factor three is less important than one and two. When all non-price factors are combined they are significantly more important than price. However, cost/price may become a critical factor in source selection in the event that two or more Offerors are determined to be essentially equal following the evaluation of all factors other than cost or price. In any event the Government reserves the right to make an award to the Offeror whose proposal provides the best overall value to the Government. Offerors must provide at least three references that had the same or similar in scope, complexity, and size as this RFP. Past performance information must include updated reference name, company name, phone number, address, project/contract number, period of performance of reference project/contract and the services being procured under this solicitation. Offeror may submit information regarding any problems encountered on the referenced contracts and any corrective actions taken. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007) is incorporated. Contractors may submit their Online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Clauses 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008), 52.216-18, Ordering (Oct 1995), 52.216-19, Order Limitations, (a) Minimum order. The minimum guaranteed amount for each award will be $2,500.00. Orders beyond the minimum will be determined by the user's needs. The exercise of the option period does not re-establish the contract minimum. The Government has no obligation to issue task orders to the Contractor beyond the minimum amount specified above. The maximum cumulative dollar amount that may potentially be awarded is $1.5 million The following additional clauses under FAR 52.212-5 are applicable: 1) 52.222-19, Child Labor; 2) 52.222-3, Convict Labor; 3) 52.222-21, Prohibition of Segregated Facilities; 4) 52.222-26, Equal Opportunity; 5) 52.222-35, Equal Opportunity for Special Disabled Veterans; 6) 52.222-36, Affirmative Action for Works with Disabilities; 7) 52.222-37, Employment Reports on Special Disabled Veterans; 8) 52.222-50, Combating Trafficking in Persons; 9) 52.225-13, Restrictions on Certain Foreign Purchases; 10) The clause at 52.222-48, Exemption from Application of Service Contract Act Provisions-Contractor Certification applies to this procurement; 11) The clause at 52.217-9, Option to Extend the Term of the Contract, applies to this procurement; 12) There are no additional contract requirements, or terms and conditions applicable to this procurement; 13) The Defense Priorities and Allocations System (DPAS) is not applicable to this procurement; 14) There are no applicable Numbered Notes for this procurement; 15) The Government reserves the right to make award without discussions and to make award based on initial proposals and 16) 52.232-26, Payment by Third Party. Offerors shall either submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or ensure that they are current in Online Representations and Certifications Application (ORCA). Full text of the FAR provisions and clauses can be found at: http://www.acqnet.gov/far. Central Contractor Registration: Prospective awardee shall be registered in the Central Contractor Registration database prior to award. If a company is not registered in CCR, they may do so by going to the CCR website at: http://www.ccr.gov. Shipping Instructions: ATTN: Ginny Perry Office of Thrift Supervision 1700 G Street, N.W. Washington, DC 20552 Primary Point of Contact: Sharon M. Davis Contracting Officer sharon.davis@ots.treas.gov Phone: (202) 906-7624
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad12790e86ed0f735ae354a3384e93e9&tab=core&_cview=1)
 
Document(s)
Synopsis/Solicitation
 
File Name: Statement of Work (Cabling SOW.doc)
Link: https://www.fbo.gov//utils/view?id=62f1a450f5673bff948f1fe3d41b1e4c
Bytes: 162.50 Kb
 
File Name: Past Performance Client Authorization Memo (PP CLIENT AUTH MEMO_CABLE.doc)
Link: https://www.fbo.gov//utils/view?id=002c59500ca8bd5460835d3a5b0d12eb
Bytes: 28.00 Kb
 
File Name: Past Performance Questionnaire (CABLING_Past Performance Questionnaire.doc)
Link: https://www.fbo.gov//utils/view?id=8cad51a8f169903727be6c4912c6999c
Bytes: 89.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01609598-W 20080711/080709220942-ad12790e86ed0f735ae354a3384e93e9 (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.