Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

Z -- Upgrade Hallways

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
Fort Jackson DOC, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C0010015756RFQ
 
Response Due
9/24/2010
 
Archive Date
11/23/2010
 
Point of Contact
Marvinia Adams, 803-751-2593
 
E-Mail Address
Fort Jackson DOC
(marvinia.j.adams@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W9124C0010015756RFQ. This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 541490 - small business size standard is $7.0M. Line Item 0001: Design Line Item 0002: Fabrication and Installation The Government estimates the magnitude of this contract is $25,000 - $46,000. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them: http://www.ccr.gov. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) price; (2) technical capability of the items(s) and service offered; and (3) past performance. 52.212-2 EvaluationCommercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATIONCOMMERCIAL 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 contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors will be used to evaluate offers: Technical and Price. Technical Proposal will be rated as Acceptable/Non Acceptable. All proposals deemed Acceptable- will be considered for award. The acceptable proposal with the lowest overall price (including option prices) will be deemed the most advantageous to the Government. 1. Technical Proposal The technical proposal shall consist of the offerors technical approach for satisfying the governments requirements. The technical proposal shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The Offerors technical approach shall consider the following three factors: a. Relevant Experience & Past Performance: The Offeror shall describe its relevant experience in providing services of similar scope and complexity to the solicitation requirements (e.g., tailor to particular requirement as applicable). In addition, the offeror shall identify as references three (3) different contracts/task orders it has performed with the Federal Government, state or local government, a quasi-government organization, or a commercial organization. The references must cover performance by the Contractor and any proposed subcontractor. Information submitted to describe past performance must directly relate to the Contractor and/or subcontractor. Each reference shall contain the following information: "Name of company being referenced "Government Agency/Department/Commercial Firm to whom services are/were provided "COTR's (or commercial equivalent) name, electronic and mail address and phone number "Contracting Officer's (or commercial equivalent) name, electronic and mail address, and telephone number "Contract and, if applicable, task order number "Current status, e.g., completed and/or, if in progress, start and estimated completion dates "Dollar value and type of contract "Description of services provided and PWS paragraphs that the reference applies to b. Management/Technical Approach: The Offeror shall focus on how they plan to staff, manage and accomplish the requirements as contained in the PWS. The proposal shall address quality of business practices (e.g., attention to customer service awareness and response), assuring quality service, minimizing personnel turnover of both key and non-key personnel, contingency plan to handle schedule and unscheduled leave, transition plan to be fully operational by the date stated in the PWS, and ensuring overall timely delivery of services. The Offeror should provide sufficient information to show that they understand the nature of the work and have a plan for providing the described services. Transition period is not funded. c. Personnel: The Offeror shall describe the personnel resources proposed, their availability, and their roles/responsibilities in relation to implementation of these requirements. The offeror shall also provide resumes of the proposed key personnel (listed below) identifying their relevant experience (i.e., tailor to particular requirement as applicable), and credentials (e.g., professional recognition/commendations). Resumes are excluded from the following page limitations but shall not exceed 2 pages each. Key Personnel: Project Manager 2. Price Proposal The Offeror shall submit an original and one copy of its price proposal. The Offerors price proposal shall consist of a completed Section B. The offeror shall propose a firm-fixed-price for this effort. In addition, any exceptions to this solicitation should be submitted with the price proposal. (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) All offers must include: CONTACT FOR CONTRACT ADMINISTRATION In the event your organization receives a contract as a result of this solicitation, please designate a person whom we may contact for contract administration. NAME:________________________ TITLE:________________________ ADDRESS:________________________ TELEPHONE:________________________ FACSIMILE:________________________ E-MAIL:________________________ All offers must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2006) or be completed on the ORCA website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, effective 02 Aug 2010.The following provisions and clauses apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JUN 2008), FAR 52.212-2, Evaluation -- Commercial Items (Addendum) (Jan 1999), 52.212-4 Contract Terms and Conditions -- Commercial Items (JUN 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (JUL 2010), 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)), 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78), 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C.644), 52.219-28 Post Award Small Business Program Representation (APR 2009)(15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUNE 2003)(E.O.11755), 52.222-19 Child LaborCooperation with Authorities and Remedies (JUL 2010)(E.O.13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O.11246), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.225-1 Buy American ActSupplies (JUNE 2003)(41 U.S.C. 10a-10d), 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), 52.228-5, entitled Insurance Work on a Government Installation, 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 5152.233-9000 Army Contracting Agency Executive Level Agency Protest Program. (APR 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009)(Section 847 of Pub.L.110-181), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009)(41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Requests and Receiving (MAR 2008). This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at these addresses: http://www.acqnet.gov/far or www.farsite.hill.af.mil Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Delivery Schedule and Milestones BASIS FOR AWARD: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors and considered most advantageous to the government. FOB DESTINATION: Shipping address for this item is Fort Jackson, SC 29207; shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on their own conveyance to the location listed on the purchase order. DELIVERY: SEE STATEMENT OF WORK FOR PROPOSED PERIOD OF PERFORMANCE SITE VISIT: A mandatory site visit is scheduled for 10:00 AM EST Thursday 23 September 2010 for all interested contractors who were not present for the previous site visit held on 16 September 2010. Interested vendors shall contact Marvinia Adams at marvinia.j.adams@us.army.mil no later than 4:00 PM EST Wednesday 22 September 2010 for instructions and directions to the site. QUESTIONS: Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to marvinia.j.adams@us.army.mil. Questions not received by 3:00PM EST Thursday 23 September 2010 a reasonable time prior to close of the solicitation may not be considered. RESPONSES to this solicitation are due Friday 24 September 2010 at 1:00 PM local time, Columbia, SC: Late quotes may not be considered for evaluation. Quotes may be emailed to Marvinia Adams, Contract Specialist, at marvinia.j.adams@us.army.mil. Please reference the solicitation number on your quote and in the Subject Line of email. SEE ATTACHMENTS: STATEMENT OF WORK FLOOR PLAN, PICTURES, AND EXAMPLES QUESTIONS AND ANSWERS **If vendor would like any attachments directly emailed to them due to clarity issues contact Marvinia Adams via email.**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f55c8f28ea23c1d0a5054aae695a60a3)
 
Place of Performance
Address: Fort Jackson DOC Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02290280-W 20100923/100921234931-f55c8f28ea23c1d0a5054aae695a60a3 (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.