Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

71 -- COURTROOM UPGRADE

Notice Date
6/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541410 — Interior Design Services
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0160
 
Response Due
6/24/2011
 
Archive Date
7/9/2011
 
Point of Contact
Harold Kostem 910-451-1769 Harold Kostem, 910-451-1769
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This notice constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is M67001-11-Q-0160. The clauses and provisions incorporated in this solicitation may be accessed in full text at this address: https://farsite.hill.af.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 541410 and the small business standard is $7.0. This requirement is 100% set-aside for small businesses. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. It is Government s intent to issue a single award to satisfy the requirement. There will be a site visit conducted for this requirement at the Marine Corps Base Camp Lejeune, NC on June 15, 2011 at 9:00am EST. All attendees must be United States Citizens and must register at the pass & id office prior to entry onto the base. Visitors to the base must bring drivers license, car registration, and proof of insurance in order to obtain access to the installation. All attendees must contact Mr. Harold Kostem at Harold.Kostem@usmc.mil no later than 48 hours prior to required access to confirm that they will be attending. Late attendees will not be accepted. At the pass office, you will be given directions to Building 63, where Mr. Harold Kostem will meet you at 9:00am EST. The intent of this site visit is to allow potential vendors the opportunity to tour the existing courtroom in order to make observations of the room configuration. THE SITE VISIT IS MANDATORY TO BE CONSIDERED FOR AN EVALUATION. Fail to attend will result in your quotation not being considered. Site visit Location: 63 Lucy Brewer Avenue, bldg 63 Camp Lejeune, NC 28542 The Legal Services Support Section (LSSS) requires an upgrade to an existing courtroom (Courtroom 64-2), with an option to upgrade an additional courtroom (Courtroom 63-2). The upgrade includes replacing the existing audio/visual system with state-of-the-art technology, replacing existing furniture, replacing existing carpeting with specified floor coverings, and other minor renovations as required to accomplish proper installation and acoustics for the above items. The attached Statement of Work is broken down into three sections (Audio Video System, Flooring Coverings, Furniture) that represent the minimum government requirement. It is not, however, the government's intent to specify the precise equipment, items, or method to accomplish this upgrade. Rather, the government's desire is to invite prospective vendors to visit and view the existing courtrooms, and submit their own innovative approach towards meeting the LSSS's requirement. All quotes will be evaluated on the basis of best value according to the evaluation criteria established in the solicitation. CLIN 0001 Courtroom 64-2 upgrade SUBCLIN 0001AA Install Audio/Video System (Refer to attached Statement of Work)1EA SUBCLIN 0001AB Remove/Install Carpet (Refer to attached Statement of Work)1EA SUBCLIN 0001AC Remove/Install Courtroom Furniture ((Refer to attached Statement of Work)1EA OPTION CLIN 0002 Courtroom 63-2 upgrade OPTION SUBCLIN 0002AA Install Audio/Video System (Refer to attached Statement of Work)1EA OPTION SUBCLIN 0002AB Remove/Install Carpet (Refer to attached Statement of Work)1EA OPTION SUBCLIN 0002AC Remove/Install Courtroom Furniture ((Refer to attached Statement of Work) 1EA BASIS OF AWARD: A vendor s quote must be written in a logical, practical, clear, concise and logically assembled manner, containing all pertinent information in sufficient detail to provide the evaluators with a clear understanding of the vendor s approach and to permit evaluation of the proposed program. It is the responsibility of the vendor to present enough information to allow the various work efforts, support, and management approaches to be meaningfully evaluated without discussions. The vendor s initial quote should contain the vendor s best terms from a price and technical standpoint. However, the Government reserves the right to communicate with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. A quote must be internally consistent or the quote will be considered unrealistic and may be considered unacceptable. Evaluation of the technical approach will be based upon the extent to which the vendor thoroughly and accurately describes the overall technical solution. The government will evaluate all responses received using the evaluation criteria provided to the schedule contractors. The Government will award a single contract resulting from this request for quotes to the responsible vendor whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated in an efficient and minimally burdensome fashion. The Contracting Officer reserves the right to evaluate quotes without the use of formal evaluation procedures such as establishing a competitive range, conducting discussions, scoring quotations, and to make an award to other than the lowest quote. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Evaluation will be based on the best value to the Government. To be considered, vendors will be required to submit: a) Complete Specifications for each item being quoted to include brand names and model numbers, b) Warranty information, c) Drawings and pictures of furniture being offered, pictures of carpet and electronics. d) Past Performance, e) Pricing and f) Delivery and completion time frame for the project. Quotes that do not contain this information will be rejected. By submission of this quote, the vendor certifies that all items delivered against this contract are in compliance with the Government s Terms, Conditions and specifications. Factor 1: Technical Capability. Including but not limited to Specifications and Corporate Experience. Factor 2: Past Performance The vendor should describe no more than two (2) past performance references on contracts/purchase orders it has held within the last twelve (12) months, which are of similar scope, magnitude and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Vendors who present similar contracts should provide a brief explanation demonstrating the relevance of the contracts/purchase orders to the requirements of the RFQ. Factor 3: Delivery. Factor 4: Price. A narrative shall be provided that shows a clear understanding of the requirement and how the experience and resources of their organization can best provide the necessary management, organizational and business improvement services necessary to carry out this requirement within the time constraints imposed. The Technical Capability will be evaluated based upon the extent to which the vendor concisely and accurately describes the technical solution to performing the requirements of this SOW. The submitted Technical Capability shall include, where applicable, complete explanations of procedures and the program you propose to follow. Additionally, it shall demonstrate the merit of the technical approach offered and shall be an orderly, specific, and complete document in every detail, and should demonstrate a thorough understanding of the requirement. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows): The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Past Performance Factor 3: Delivery (The Government desires completion within 60 days of ARO for CLIN 0001 and 60 days for CLIN 0002 if option is exercised) Factor 4: Price To evaluate price, quotes will be evaluated using a price/technical tradeoff. This process is appropriate because it is in the Government s best interest to consider award to other than the lowest price. When combined, all non-cost factors are more important than the price. In evaluating the technical portion of the quote, the technical evaluators will evaluate the factors as described in the Basis of Award of the RFQ. The factors of Technical Capability, Past Performance and Delivery are weighted equally. Technical Capability, Past Performance and Delivery, when combined, are more important than the price. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Vendors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1769. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award. Direct all questions regarding this solicitation to Harold Kostem via email only at Harold.Kostem@usmc.mil, NLT 17 June 2011 at 12:00PM (EST). The closing date and time for this solicitation is 24 June 2011 at 4:00 PM (EST). Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to harold.kostem@usmc.mil or fax to (910) 451-2193. BUSINESS ACCESS SECURITY REQUIREMENTS BUSINESS ACCESS DEFINITION. Contractor/subcontractor employees requiring installation access for periods from one day to one year to MCB, Camp Lejeune, must obtain a Business Access Identification Badge for that particular installation. Regularly scheduled delivery personnel, to include FEDEX, UPS, Pick-up and deliveries, should also follow the Business Access guidelines described below. Personnel requiring Business Access Identification Badges shall submit all documentation listed below. Badges are not required if the contracted position requires the employee to obtain a Common Access Card (CAC) which will be identified separately within the Government contract. INSTALLATION SECURITY ACCESS REQUIREMENTS. Contractor shall accomplish the security requirements below within 10 days after award or prior to performance under the contract. BUSINESS ACCESS IDENTIFICATION BADGE REQUIREMENT. The US Government will issue badges to contractor personnel without charge. Badges will be issued for one year or duration of contract which ever is less. In order to obtain a Business Access Identification Badge and access to MCB, Camp Lejeune, all personnel providing services under this contract shall be required to present the documentation below to the Pass and ID office, as applicable. Photo ID Valid state or federal issued picture identification card. Acceptable documents include state drivers license, DMV issued photo identification, or alien registration card. Proof of Employee Citizenship or Legal Alien Status. Acceptable documents include birth certificate, Social Security Card, Immigration and Naturalization Service (INS) forms and passports. Proof of Criminal Records Check. Proof of a criminal records check from the county or state where the employee has resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). Acceptable sources for criminal records checks include: County Courthouse; Inforlink Screening Services, Inc. (www.infolinkscreening.com); IntegraScan Criminal Records Checks (www.integrascan.com); Intelius Employee Screening (www.Intelius.com); and Castle Branch (www.castlebranch.com). Subsequent to the initial criminal background records checks, local criminal records checks shall be conducted annually prior to renewal of badges for reevaluation. Denial of Access. Installation access shall be denied if it is determined that an employee: 1) Is on the National Terrorist Watch List. 2) Is illegally present in the United States. 3) Is subject to an outstanding warrant. 4) Has knowingly submitted an employment questionnaire with false or fraudulent information. 5) Has been issued a debarment order and is currently banned from military installations. 6) Is a Registered Sexual Offender or has any Felony Conviction within the past two years. Appeal Process. All appeals should be directed to the Base Inspector s Office for any individual that has been denied access to the Base. Display and Disposition of Badges. Contractor employees shall prominently display their badges on their person at all times. Upon completion or termination of a contract or an individual s employment, the Contractor shall collect and turn in badges to the Pass and ID Office from which it was issued. If the Contractor is unable to obtain the employee s badge for whatever reason, the cognizant Pass and ID Office will be notified within 24 hours. During the contract performance period contractors will immediately report instances of lost or stolen badges to the issuing Pass and Identification Office. Proof of Valid Government Contract. The Contracting Department shall submit a letter [on department letterhead] from the Contracting Officer to the Pass and Identification Office indicating location of contract work, contract period, and name of prime contractor. For subcontractors, the prime contractor will provide proof of employment on a valid Government contract (e.g., a letter [on company letterhead]) to include contract number and term. CONTRACTOR SECURITY REQUIREMENT BUSINESS ACCESS VERIFICATION FORM. Upon completion of the above process, Contractor shall submit to the Contracting Office the Contractor Security Requirement Business Access Verification form (Attachment # 1) filled out in its entirety. CONTRACTOR AND SUBCONTRACTOR VEHICLE REQUIREMENTS. Each vehicle to be used in contract performance shall show the Contractor's or subcontractor's name so that it is clearly visible and shall always display a valid state license plate and safety inspection sticker. To obtain a vehicle decal, which will be valid for one year or contract period, whichever is shorter, Contractor or subcontractor vehicle operators shall provide: 1) A copy of the Contracting Officer s authorization letter w/cc to PMO; 2) A valid form of Federal or state government I.D.; 3) If driving a motor vehicle, a valid driver s license, vehicle registration and proof of insurance. Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours. CONTRACTOR AND SUBCONTRACTOR EMPLOYEE VEHICLE REQUIREMENTS. In order to obtain a vehicle decal for one year, the Contractor and subcontractor employees shall provide to the Vehicle Registration office: 1) A copy of the Contracting Officer s authorization letter w/cc to PMO; 2) Proof of employment on a valid Government contract (e.g., a letter [on company letterhead] from the prime contractor including contract number and term); 3) A valid form of Federal or state government I.D.; 4) If driving a motor vehicle, a valid driver s license, vehicle registration and proof of insurance. Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours. SECURITY CHECKS. Contractor personnel and vehicles shall only be present in locations relevant to contract performance. All Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to ensure that violations do not occur. Employees shall not be permitted on base when such a check reveals that their presence would be detrimental to the security of the base. Subject to security regulations, the Government will allow access to an area for servicing equipment and/or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0160/listing.html)
 
Place of Performance
Address: MCB CAMP LEJEUNE BLDG. 63, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02466465-W 20110609/110607235252-dc64090e6494d2083aa8349ec655b35f (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.