Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

Y -- Parking Lot for Sherwood Forest Site - Package

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - LA, 415 N. 15th Street, Baton Rouge, Louisiana, 70802
 
ZIP Code
70802
 
Solicitation Number
HSFELA10R0008
 
Archive Date
8/20/2010
 
Point of Contact
Debra F. Boe, Phone: 5047622224, Jules Shabazz, Phone: 5047622605
 
E-Mail Address
debra.boe@dhs.gov, jules.shabazz@dhs.gov
(debra.boe@dhs.gov, jules.shabazz@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination-EBR Past Performance Questionaire Parking Lot Drawing Statement of Objectives PROCEDURE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. NOTIFICATION The solicitation number is HSFELA-10-R-0008 and is issued as a request for proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 238110 with a small business standard of $14M. This request for proposal (RFP) is set aside for Total Small Business concerns residing or primarily conducting business in the State of Louisiana. A site visit is scheduled on Thursday, July 29, 2010 at 10:00 at the Sherwood Forest Facility located at 2695 Sherwood Forest Blvd., Baton Rouge, LA 70814. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular (FAC) 2005-44. DESCRIPTION Item Number Description Quantity Unit Price Amount 0001 Contruct and Install Parking Lot, 1 $ $ Walkway, and Roadway in accordance with Statement of Objectives. Total Fixed Price with breakdown for each task. CONTRACT CLAUSES The selected Offeror must comply with the following solicitation provisions and contract clauses at FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, FAR 52.217-8, Option to Extend Services, FAR 52.226-3, Disaster or Emergency Area Representation, FAR 52.226-5, Restrictions on Subcontracting outside Disaster or Emergency Area, FAR 52.232-34, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41, Service Contract Act of 1965, HSAR 3052.228-70 INSURANCE, HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE. 52.219-6 -- Notice of Total Small Business Set-Aside. As prescribed in 19.508(c), insert the following clause: Notice of Total Small Business Set-Aside (June 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. 52.226-4 - Notice of Disaster or Emergency Area Set-Aside. As prescribed in 26.206(b), insert the following provision: Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in Louisiana. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. ATTACHMENTS Attachment A-Statement of Objectives (SOO) Attachment B-Wage Determination-East Baton Rouge Attachment C-Parking Lot Drawing/Sketch Attachment D-Past Performance Questionnaire EVALUATION PROCEDURES I. BASIS FOR AWARD The Government shall make award based on a best-value trade-off process. Accordingly, award shall be made to the responsible and technically acceptable offeror whose quotation/proposal provides the greatest overall value to the Government, price and technical (non-cost) factors considered. This process permits trade-offs among price and technical (non-cost) factors and allows the Government to accept other than the lowest priced proposal. II. EVALUATION FACTORS A. Technical (non-cost) Factors- The technical factors are listed in descending order of importance. The technical (non-cost) factors, Technical Approach, Past Performance and Company Experience are significantly more important than price/cost. Factor 1 - Technical Approach is more important than Past Performance and Company Experience Factor 2 - Past Performance is less important than Technical Approach but more important than Company Experience Factor 3 - Company Experience is less important than Technical Approach and Past Performance B. Cost or Price Factor 4 - Price is significantly less important than the technical (non-cost) factors. III. EVALUATION CRITERIA A. Technical Approach The Offeror's technical approach shall be evaluated by assessing the likelihood that the proposed technical approach will meet the Government's requirements, including any associated risk of the Offeror's non-performance in the technical approach. This factor will be used to evaluate the degree to which the Offeror's proposed technical approach meets all requirements. The Offeror shall provide a Performance Work Statement (PWS) detailing the plan to achieve the Government's objectives identified in the SOO. The Government shall evaluate the Offeror's strengths, weaknesses and risks of the Offeror's technical approach identified in the PWS in addressing the following: • Narrative description of key tasks to be performed • Identification of the material to be used and why it best suits the Government's requirement • Schedule of values B. Past Performance Past performance shall be evaluated as a measure of the Government's confidence in the Offeror's ability to successfully perform this project based on demonstrated relevant and recent performance. The Offeror shall provide a project list of relevant and recent performance. The project list shall include the following: • Name of project • Location of project • Role on the project (Prime, Sub-contractor) • Contract/sub/contract type • Name and current telephone number for project owner's representative most knowledgeable of the project The Offeror's past performance shall be evaluated based on the information received as part of the past performance questionnaires, Attachment D, and phone interviews with identified customers on the project list. The Government reserves the right to obtain and utilize information obtained by the Government from sources other than those identified by the Offeror. The evaluation will consider the extent of the Offeror's relevant experience and their demonstrated ability to meet project quality, performance, schedule, and technical requirements and cost objectives, and to ensure customer satisfaction. C. Company Experience Company experience will be evaluated on the basis of the Offeror's relevant experience during the last three (3) years. The Government will determine whether the Offeror's experience on contracts is similar in size, scope, and complexity to this requirement. The Offeror shall provide summaries for relevant and recent projects. The summaries shall at a minimum include the following: • Describe the relevance to this requirement • Project value • Scheduled and actual start and completion dates D. Price The Offeror shall submit a price proposal separate from the technical proposal. The price proposal shall include a total firm fixed price and a separate breakdown for each task including the striped parking area, roadway along the rear of the units, the walkway, bollards, and pad for generator. See Section labeled "Description". SUBMISSION INSTRUCTIONS A. Each Offeror shall submit one (1) original and three (3) copies of their technical quote/proposal and one (1) original and three (3) copies of their price quote/proposal. Quotes/proposals shall be submitted together in two separate parts labeled, Part I, Technical quote/proposal and Part II, Price Quote/Proposal. B. Quotes/proposals shall be submitted no later than 1:00 PM CST, August 5, 2010 marked and forwarded to the following address: Federal Emergency Management Agency (FEMA) Louisiana Recovery Office (LRO) 1 Seine Court-Mailroom New Orleans, Louisiana 70114 Attention: Debra Boe Solicitation Number: HSFELA-10-R-0008 Due Date: 1:00 pm, CST, 8/5/2010 C. FEMA will not accept electronic submissions. D. Offerors shall sumit documentation that company resides or primarily does business in the state of Louisiana in accordance with FAR 52.226-3. E. Questions regarding the project after the site visit on 7/29/10 may be submitted electronically to debra.boe@dhs.gov no later than Friday, 7/30/10 at 3:00 PM. Answers will be provided no later than Monday, 8/2/10 at 3:00 PM. POINT OF CONTACT Debra Boe Telephone: (504) 762-2224 Email" debra.boe@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/DR-1603/HSFELA10R0008/listing.html)
 
Place of Performance
Address: DHS/FEMA - SHERWOOD FOREST STAGING FACITLITY, 2695 SHERWOOD FOREST BLVD., Baton Rouge, Louisiana, 70814, United States
Zip Code: 70814
 
Record
SN02218526-W 20100729/100727234804-a16a63e7b8e1b6d07f053149072fff60 (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.