Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOLICITATION NOTICE

J -- INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR WORK PERTAINING TO REPAIR OF EXISTING AND DRILLING NEW WATER WELLS, U.S. ARMY CORPS OF ENGINEERS, VICKSBURG DISTRICT, MUSCADINE/DRIFTWOOD WMA, WASHINGTON COUNTY, MS.

Notice Date
10/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-11-T-0001
 
Response Due
10/20/2010
 
Archive Date
12/19/2010
 
Point of Contact
Robert Ellis Screws, 601-631-7527
 
E-Mail Address
USACE District, Vicksburg
(ellis.screws@usace.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. A detailed Scope of Work, Quality Assurance Surveillance Plan (QASP), Wage Determination and Labor Pricing Schedule are posted as attachments with this solicitation. The government intends to make a Single Award including the entire scope of the work described for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract with a Base Year and Four (4) Follow on Option Years. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined by the Contracting Officer as advantageous to the Government. Solicitation Number W912EE-11-T-0001 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-43. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is 221310; with a size standard of $7.0 MILLION for an Indefinite Delivery / Indefinite Quantity, Firm Fixed Price contract. ORDERING: All work required during the contract period will be specified in written Lump Sum Firm Fixed Price Task Orders. A Government request for proposal (RFP) with a general scope of work including the extent of services and time periods which the work must be performed will be issued. Unit Rates as proposed will be used as a basis for the negotiation of Task Orders. Additional labor categories and Other Direct or Significant Costs, when required and authorized by the Contracting Officer, will be negotiated separately for each individual Task Order. Other significant Cost items may include special equipment, supplies, labor cost, etc. A written notice to proceed will be issued before any work under a particular Task Order can proceed. Task orders will be issued on a Lump Sum, Firm Fixed Price basis for the particular task required. Task Order proposals will include the number of hours of each labor category proposed and any other Labor, Materials, Supplies, etc. required to complete a Task. THIS PROCUREMENT MAY BE QUOTED AS FOLLOWS: This is an Indefinite Delivery / Indefinite Quantity contract. The Government intends to obligate itself to a minimum of $1,500.00 in the base year and a minimum of $1,000.00 in each option year even though no services may be required. Task Orders issued in any one contract period shall not exceed a cumulative total of $50,000.00 for the base year and $50,000.00 for each successive option year. The contractor shall provide all transportation, labor, equipment and supplies to perform the basic work items listed in the attached Scope of Work in accordance with the specifications and all applicable rules and regulations governing well drilling and repair work with the State of Mississippi, Office of Land and Water Resources. The offeror shall submit one original copy of their proposal for evaluation. Offers are to consist of three basic components as listed below: 1. Technical Proposal; 2. Cost Proposal; 3. Online Representation & Certifications (ORCA) or a completed Clause 52.213-3 Offeror Representations and Certifications; 1. SUGGESTED FORMAT FOR TECHNICAL PROPOSAL; Technical Capability for this acquisition is defined as the documented ability to perform the required service or work of a similar scope and complexity; of a satisfactory quality, and with timely delivery of services & equipment in accordance with the requirements of the specifications. The contractor MUST/SHALL submit information verifying their technical capability & satisfactory past performance. Failure to submit sufficient information for the government to determine technical capability or satisfactory past performance may be cause for the rejection of the quote. a. Technical Capability: The contractor shall provide sufficient documentation of their technical capability, such as experience of the company and/or the key personnel and crew who will be performing the work, resumes, equipment lists, etc. or other information to enable the Government to determine the companys capability on projects of similar type, size, scope and complexity. b. Satisfactory past performance: The contractor shall provide sufficient documentation of satisfactory past performance, on contracts of a similar type, size, scope and complexity as well as provide references, including names and contact information, who can verify such past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. 2. SUGGESTED FORMAT FOR COST/PRICING PROPOSAL; Offerors are required to furnish pricing for the Base Year and all Option Years. Fixed price, Loaded Hourly Rates must be provided for the labor categories listed below including the Base Year and All Option Years. This list is not all inclusive. Overhead, fringe benefits, general and administrative expenses and profit shall be included in the unit rates. Unit Rates will be used as a basis for the evaluation of price and as a basis for the negotiation of Task Orders. The offer price, used for price evaluation, will be calculated from a composite weighed hourly rate over the entire anticipated performance period of the contract. Labor discipline weights are based on historical experience and anticipated usage. Electrician (40%), General Maintenance Workers (10%), Heavy Equipment Operator (10%), Plumber, Maintenance (15%), Welder, Combination, Maintenance (5%), Well Driller (5%), Truck Driver Light Truck (5%), Truck Driver Medium Truck (5%), Truck Driver Heavy Truck (5%). ITEM NO 0001 BASE YEAR; Electrician $; General Maintenance Workers $; Heavy Equipment Operator $; Plumber, Maintenance $; Welder, Combination, Maintenance $; Well Driller $; Truck Driver, Light Truck $; Truck Driver, Medium Truck $; Truck Driver, Heavy Truck $; ITEM NO 0002 1st OPTION YEAR; Electrician $; General Maintenance Workers $; Heavy Equipment Operator $; Plumber, Maintenance $; Welder, Combination, Maintenance $; Well Driller $; Truck Driver, Light Truck $; Truck Driver, Medium Truck $; Truck Driver, Heavy Truck $; ITEM NO 0003 2ND OPTION YEAR; Electrician $; General Maintenance Workers $; Heavy Equipment Operator $; Plumber, Maintenance $; Welder, Combination, Maintenance $; Well Driller $; Truck Driver, Light Truck $; Truck Driver, Medium Truck $; Truck Driver, Heavy Truck $; ITEM NO 0004 3RD OPTION YEAR; Electrician $; General Maintenance Workers $; Heavy Equipment Operator $; Plumber, Maintenance $; Welder, Combination, Maintenance $; Well Driller $; Truck Driver, Light Truck $; Truck Driver, Medium Truck $; Truck Driver, Heavy Truck $; ITEM NO 0005 4TH OPTION YEAR; Electrician $; General Maintenance Workers $; Heavy Equipment Operator $; Plumber, Maintenance $; Welder, Combination, Maintenance $; Well Driller $; Truck Driver, Light Truck $; Truck Driver, Medium Truck $; Truck Driver, Heavy Truck $; EVALUATION OF OFFERS: The government will issue award to the supplier whose offer is the lowest price of those determined to meet at least the minimum requirements for Technical Acceptability including Technical Capability and Past Performance. Offers will be evaluated for Technical Capability and Past Performance. Price will be evaluated on offers determined Technically Acceptable through the use of a price analysis based on the hourly rates submitted per labor categories listed above. The offer price, used for price evaluation, will be calculated from a composite weighed hourly rate over the entire anticipated performance period of the contract. Labor discipline weights are based on historical experience and anticipated usage. Electrician (40%), General Maintenance Workers (10%), Heavy Equipment Operator (10%), Plumber, Maintenance (15%), Welder, Combination, Maintenance (5%), Well Driller (5%), Truck Driver Light Truck (5%), Truck Driver Medium Truck (5%), Truck Driver Heavy Truck (5%). This allocation by percentage will be used to arrive at a single, composite hourly rate over the entire anticipate performance period of the contract. SPECIFICATIONS: The following documents are posted as an attachment to this solicitation found at the bottom of this posting titled Additional Documents: 1. SCOPE OF WORK 2. QUALITY ASSURANCE SURVEILLANCE PLAN 3. WAGE DETERMINATION 05-2295 (REV-12) 4. LABOR PRICING SCHEDULE ORCA: Before a complete evaluation of quotes can be made offerors must provide Offeror Representations and Certifications for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online shall print and complete and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. CCR: Central Contractor Registration (CCR) is necessary, if you are not registered in the CCR database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 20 October 2010 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes/offers may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact R. Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. THE FOLLOWING FAR CLAUSES APPLY TO THIS ACQUISITION: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.216-18 Ordering (Oct 1995) FAR 52.216-19 Order Limit (Oct 1995) FAR 52.216-22 Indefinite Quantity (Oct 1995) FAR 52.217-5 Evaluation of Options (July 1990) The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. THE FOLLOWING DFARS CLAUSES APPLY TO THIS ACQUISITION: DFARS 252.201-7000 Contracting Officers Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS: All technical inquiries and questions relating to W912EE-11-T-0001 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-11-T-0001 The Bidder/Offeror Inquiry Key is: GS3NHZ-EUF4EH Bidders/Offerors are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. SPECIAL NOTES TO OFFERORS: "You are responsible for reading all information contained in this solicitation and all attachments posted with it. "Offerors should check the Fed Biz Opps Web Site often for new solicitation and/or modifications to this solicitation. "Quotes are due 20 October 2010 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. "Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. "Quotes must be clearly identified for Solicitation No W912EE-11-T-0001 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-11-T-0001/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02306942-W 20101008/101006234251-85028451d73cdd83a43043c378c31011 (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.