Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

M -- Plenary Audio/Visual Support, Maintenance and Repair - PERFORMANCE WORK STATEMENT - PERIOD AND PLACE OF PERFORMANCE - APPLICABLE CLAUSES AND PROVISIONS - PAST PERFORMANCE QUESTIONNAIRE - CLIN STRUCTURE

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512290 — Other Sound Recording Industries
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, George C. Marshall Center, Gernackerstrasse 2, Geb 112, Garmisch, 82467
 
ZIP Code
82467
 
Solicitation Number
HQ0236-10-T-0006
 
Archive Date
8/14/2010
 
Point of Contact
Benjamin N. Hardy, Phone: 3144402326
 
E-Mail Address
benjamin.n.hardy@eur.army.mil
(benjamin.n.hardy@eur.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CLIN STRUCTURE PAST PERFORMANCE QUESTIONNAIRE APPLICABLE CLAUSES AND PROVISIONS PERIOD AND PLACE OF PERFORMANCE PERFORMANCE WORK STATEMENT Contracting Office Address George C. Marshall Center, Unit 24502, ECMC-P, APO AE 09053 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; quotes are being requested and a written solicitation will not be issued. The Defense Security Cooperation Agency is issuing solicitation number HQ0236-10-T-0006 as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. The Period of Performance for this requirement is 01 OCT 2010 through 30 SEP 2011 for the base period plus four one-year option periods encompassing the four year period from 01 OCT 2011 through 30 SEP 2015. The Government intends to evaluate quotes and award a purchase order without discussions with quoters (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. BACKGROUND: The George C. Marshall European Center for Security Studies operates state-of-the-art lecture and conference facilities in buildings 105, 106, and 109 on Sheridan Kaserne in Garmisch-Partenkirchen, Germany. These facilities feature simultaneous language interpretation in up to four languages to include English, German, and Russian, and are controlled by Crestron Control systems, Soundweb audio distribution, the Digital Congress Network interpretation system, and a number of interrelated audio and visual routing and control systems. The audio visual equipment is maintained via quarterly onsite maintenance periods, emergency (on-call) service, as well as daily troubleshooting and minor, on-the-spot repair. The Marshall Center intends to award a contract for the daily operation, maintenance and on-call emergency support of the control rooms and support of the 17 seminar rooms located in the three buildings. PART A - PRICE SCHEDULE Please see the attachment labeled "CLIN STRUCTURE". PART B - PERFORMANCE WORK STATEMENT. Please see the attachment labeled "PERFORMANCE WORK STATEMENT (PWS)". PART C - INSTRUCTIONS TO QUOTERS. All responsible sources that can meet the minimum requirements identified in the PWS may respond to this RFQ by submitting price and technical quotes. Any vendor that does not meet the RFQ requirements will be rejected as non-responsive and the quote will not be evaluated. A response to the evaluation factors identified below shall clearly identify the quoter submitting the quote.Award will be made to the responsible quoter determined to be the Best Value to the Government in accordance with the evaluation factors identified in this RFQ. The evaluation factors are: Factor 1 - Experience; Factor 2 - Management/Execution Plan; Factor 3 - Past Performance; Factor 4 - Response Time; and Factor 5 - Price. Factor 1- Experience and Factor 2- Management Execution Plan are of equal importance and are more important than Factor 3- Past Performance. Factor 3 - Past Performance, is more important than Factor 4- Response Time. Factors 1, 2, 3 and 4, when combined, are significantly more important than price. Evaluation may be made with or without seeking additional information from quoter(s). The response shall address all evaluation factors. Technical submissions shall not exceed ten pages. Quoters are cautioned that no reference to the quoted prices/cost shall be made in the technical submission. A site visit and pre-quote conference will be held at the George C. Marshall Center on Monday, 12 July 2010. All firms interested in submitting a quote for this requirement are highly encouraged to attend this event. The site visit and conference will be conducted from 1000-1600 CET. Confirmation of attendance and requests for base access shall be coordinated through the Point of Contact noted in this announcement. PART D - SUBMISSION REQUIREMENTS. The technical submission shall address each technical factor: Factor 1 - Experience. Submission Requirements: Quoters shall submit documentation to demonstrate their (and their major subcontractors' if applicable) experience relevant to the scope of the entire contract as detailed in the PWS. Relevant experience includes but is not limited to the day-to-day operation, maintenance and repair of the integrated audio/visual and interpretation equipment and systems of similar size and nature to the requirement described in the PWS. Quoters shall include experience and knowledge of the major control systems as outlined in the PWS in a stand-alone or integrated environment. If the quoter intends to use a major subcontractor, the quoter shall describe the services to be performed by the subcontractor under this contract. A "major subcontractor" is defined as any subcontractor that performs 50% or more of a task performed under this contract. Quoters shall submit a total of three (3) most recent, relevant projects for each contractor and major subcontractor. If the quoter submits more than three relevant projects for each contractor and major subcontractor, the Government shall evaluate the first three for each contractor and major subcontractor and disregard any other project information received thereafter. Relevant experience may include work with Federal, State and Local Governments as well as commercial customers. Submitted information shall not include projects performed outside of five (5) years preceding the closing date of the RFQ. For each project identified, the contractor shall submit the following information: •1) Contract Number •2) Contract title and general scope of the contract •3) Contract agency or organization to include two reference names, telephone and email •4) Contract award date and period of performance •5) Actual value at time of award (total and per year) •6) Final or current contract value including all modifications and exercised options with an explanation of cost growth (if any) •7) Type of contract (Cost Plus Award Fee, Firm Fixed Price, etc.) •8) Prime contractor's name and functions performed under this contract •9) Identify the portion of the total contract dollar value (per year) self-performed by your firm •10) Describe in detail the services performed by your firm and clearly describe the relevance of this project to the RFQ Factor 2 - Management/Execution Plan. Submission Requirements: The quoter shall submit a detailed narrative Management/Execution Plan describing how the quoter intends to provide overall effective management of the contract and technical approach. The narrative plan shall address the following: •1) Quoter's plan to fulfill contract requirements, to include manpower/staffing plan, quality control processes, material, and equipment resources and availability, as well as other logistical needs. •2) Quoter's plan to provide appropriate supervision. •3) Quoter's management and organizational structure in the form of a chart and accompanying narrative. The chart and narrative shall effectively convey the quoter's organizational structure, decision making authority, and specifically identify those individuals authorized to negotiate and sign contract awards and modifications and perform quality control functions. The organizational chart shall also depict the lines of authority and responsibilities for team members. •4) Quoter's plan to resolve unforeseen circumstances that threaten mission performance, to include plans to provide On-Call (Emergency) support as detailed in the PWS. •5) Project Manager's knowledge/experience with integrated audio/visual and interpretation facility repair and maintenance of similar size and nature as those detailed in the PWS. The description of the Project Manager's knowledge and experience shall include the dates and duration of this experience. •6) Concise summary of the knowledge, experience and any certifications held by technicians that the Quoter intends to field in performance of a resulting purchase order. Factor 3 - Past Performance. Submission Requirements: At a minimum, the information submitted under Factor 1, Experience, shall be used to evaluate the quoter's and major subcontractor(s)' Past Performance. Each reference shall complete and return the Past Performance Questionnaire (Please see the attachment labeled "Past Performance Questionnaire" included in this RFQ) by the closing date of the solicitation. The Government reserves the right to obtain the information to be used in Past Performance evaluation from any and all sources including those outside the Government. Factor 4 - Response Time. Submission Requirements: The quoter shall provide a detailed written narrative (procedures) describing how the on-call emergency services required by the PWS will be performed within the specified response time. Factor 5 - Price. Submission Requirements: The quoter shall provide firm fixed unit and total prices for all items, including options, listed in the Price Schedule referenced in PART A of this announcement. PART E - EVALUATION METHODOLOGY. Factor 1 - Experience. The Government will evaluate the depth, recency, and relevancy of the quoter's (and major subcontractor's) experience submitted under Factor 1 as compared to the services required by this solicitation and as compared to the services identified by the quoter (as part of the submission requirements for Factor 1) to be performed by the quoter and major subcontractor(s) under this contract. Relevant experience includes contracts operating in similar working environments and contracts involving services that are considered to be similar in scope, magnitude, and complexity when compared to the requirements described in this solicitation Factor 2 - Management/Execution Plan. The Government will evaluate the extent to which the submitted management/execution plan demonstrates the quoter's and major subcontractor's commitment and capability to provide overall effective management of the contract including manpower/staffing, quality control, resource management, supervision, and management structure efficiency. The Government will evaluate the quoter's and major subcontractor's demonstrated capability to resolve unforeseen circumstances that threaten mission performance. The Government will evaluate the depth,currency and relevancy of the Project Manager's knowledge and experience with integrated audio/visual and interpretation facility repair and maintenance of similar size and nature as those detailed in the PWS. Factor 3 - Past Performance. The Government will evaluate the currency, relevancy, source of the information, context of the data, and general trends in the quoter's and major subcontractor(s)' past performance. Relevant contracts are contracts operating in similar working environments and contracts involving services that are considered to be similar in scope, magnitude and complexity when compared to the requirements described in the solicitation. The evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the quoter's past performance shall be used to evaluate how well the quoter and major subcontractor(s) have performed similar services in the past. Quoters and major subcontractor(s) lacking relevant past performance information will not be evaluated favorably or unfavorably for past performance. To assess performance risk the Government may use both past performance data provided by the quoters (e.g., official performance reviews/appraisals, letters of recommendation, completed past performance questionnaires) and data obtained independently. Factor 4 - Response Time The Government will evaluate the extent to which the quoter's procedures to receive, accept and perform requests to perform On-Call Emergency repairs and services demonstrate the quoter's (and major subcontractor(s)) ability to perform this requirement. The quoter's procedures to provide labor, supervision and transportation to perform these services will also be considered as part of this evaluation. Factor 5 - Price. All prices, including options, will be evaluated in accordance with FAR 52.225-17, Evaluation of Foreign Currency Offers (FEB 2000). The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). PART F - APPLICABLE CLAUSES AND PROVISIONS. Please see the attachment labeled "APPLICABLE CLAUSES AND PROVISIONS". PART G - OPTIONS. Options may be exercised any time prior to the start date of the period of performance, provided that the Government notifies the contractor of its intent to exercise the option at least 30 days prior to the start of the option period of performance. This advance notice in no way obligates the Government to exercise the Option(s). PART H - POINT OF CONTACT. Submit all price and technical quotes to Ben Hardy, Contract Specialist, George C. Marshall Center, Unit 24502, GCMC-DBO-C, APO AE 09053. E-mail: Benjamin.n.hardy@marshallcenter.org by the specified date and time in Part D.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/GCMC/HQ0236-10-T-0006/listing.html)
 
Place of Performance
Address: DSCA George C. Marshall Center, Gernackerstrasse 2, 82467, Garmisch-Partenkirchen, Germany, Non-U.S., 82467, Germany
 
Record
SN02195184-W 20100703/100702000154-883d24d69bdea0f71bcb20a63c99319e (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.