Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

23 -- MEO Trailer

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
454-11MR-1457
 
Point of Contact
Mindy L. Smith, Phone: 3042563537
 
E-Mail Address
smith.mindy@dol.gov
(smith.mindy@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, as applicable, 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. The solicitation number is 465-11MR-1671 and is issued as a request for proposal, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 336212, Truck Trailer Manuacturing, with a small business size standard of 500 employees. This requirement is a total Small Business set-aside and only qualified offerors will be considered. The Mine Safety and Health Administration requires a 16 ft MSHA Mine Emergency Operations trailer. The trailer must adhere to all items specified in the attached SOW. New ONLY; NO remanufactured or "gray market" items. All items must be covered by manufacturer's warranty. Quotes must be good for 30 calendar days after closing date of this solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. FOB Destination shall be to Pittsburgh, PA 15236. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them as required by FAR 52.204-7. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. If offerors are not registered via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUGUST 2009) with their quote. These representations and certifications will be incorporated by reference in any resultant contract. Registration in both CCR and ORCA is free. Questions regarding this requirement are to be sent to Smith.Mindy@dol.gov no later than September 16, 2011 at 12:00 PM Noon EST. No phone calls will be accepted. Answers to all questions received by this deadline will be posted on FedBizOpps in sufficient time for proposals to be submitted. Any questions received after this deadline will only be answered if time permits. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). It is anticipated that an award will be made on or about September 23, 2011. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.203-6 Alternate I, FAR 52.204-6, FAR 52.204-7, FAR 52.219-6; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35; FAR 52.222-36, FAR 52.222-37; FAR 52.223-18, FAR 52.225-1, FAR 52.225-3, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/. The due date for this requirement is September 20, 2011 at 3:00 PM EST. Quotes must include solicitation number, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), cage code, DUNS Number, and identification of any special commercial terms. Electronic copies of offers will be accepted. Please send all electronic copies of offers to Smith.Mindy@dol.gov referencing the solicitation number in the subject line by the RFQ due date. All attachments must be in a format that is compatible with Microsoft Office 2003 or Adobe. Express mail/Common Carrier, US Postal Service mail, and handcarried proposals will not be accepted. Pricing shall be sent as a separate file. All contract line items (CLINS) must be quoted for the proposal to be considered. Cost/Price Schedule: Item No. Supplies/Services Quantity Unit Unit Price Line item Total 0001 MEO Trailer in accordance with SOW 1 EA $ $ SOW: 454-11MR1457 MEO-Finished Product new Trailer for Deployment as Communications Vehicle for Price, Utah June 29, 2011 1.0 Justification: The Mine Safety and Health Administration (MSHA) uses a vehicle-mounted mobile satellite-based Local Area Network (LAN) to provide voice and data connectivity back to the MSHA Wide Area Network (WAN) during mine emergencies. The LAN connects to the MSHA WAN via the Verizon Satellite Network. The mobile LAN provides both wired and wireless connectivity at the mine site for authorized MSHA personnel. MSHA needs this additional vehicle (trailer) equipped to be used in the Western Region of the US. 2.0 Specifications: Finished product trailer ready to deploy as communications vehicle based on the following specifications and delivered to Pittsburgh, PA. 2.1 Trailer Construction All Aluminum Trailer Inside width approx. 6.5ft Inside length 16ft Inside height 7ft OAH: not to exceed 9ft (before roof mounted items) Solid rear wall Side door: 32-inch CS door Stoneguard: 24-inch aluminum tread plate GVWR: 9,950 lbs maximum Axles: Tandem 5,200 lbs each or greater Torsion suspension Brakes: Electric Floor: 3/4-inch plywood Sidewalls: 3/8-inch plywood. Beams 16-inch on center Lights: DOT LED clearance and tail lights Trailer to be painted Bahama Blue with MSHA Logo painted on sides (Specifications pending) All roof support and wall supports are 12-inch on center All doors are to be sealed with an automotive-style rubber door gasket Foam insulation with minimum R-value of 5 (NOTE: No fiberglass insulation) Insulated walls, floor and ceiling Rear ladder for roof access Slide out folding steps for entry access All external compartments and doors to be keyed the same One outside compartment will contain data drops, fiber connections, and a single Quad GFI outlet Roof cable access channel Two each (4 total), front and rear manual scissor jacks (5,000 lb capacity each) Reese sway control system/weight distribution Carpet walls and vinyl ceiling Load to be balanced on both legs to minimize outage on power trips Roof braced to accommodate mounting rails for GRF 1.2M satellite dish 2.2 Interior LED light fixtures Three (3) workstations work areas Ample 120VAC duplex outlet, telephone, and data connection throughout the trailer, and near all counter tops (Approx. 10-15 each 120V receptacles and 15-20 data connections located throughout the interior of the trailer) Workstations countertop composed of a solid wood (such as maple) Aluminum overhead/under counter cabinets (Similar to Moduline Cabinetry) Workstations on a separate breaker Koroseal transit flooring (coin dot pattern or similar; No heavy raised patterns) Provide mounted Mini-Fridge, microware and coffee pot Rack (Cabinet) to be fully enclosed with AC cooling and must be of sufficient depth to accommodate a server, several switches and cable runs, 38-inch minimum. Include two separate quad power plugs on separate circuits for rack. (Similar to Liebert MRC units) o The cabinet size will be as close to a full 42U as the ceiling will permit o The cabinet should be able to be vented to the exterior o The cabinet must have access to both front and rear o The cabinet may be mounted on tracks to slide In and out for access to front and rear Run a wiring trough to all internal locations making it easily accessible to add additional wiring at a later time. No power will be run in this wiring chase. (Hellermann Tyton Infostream Multi Channel Raceway or similar) Data connections will be provided throughout the interior utilizing Ortronics Clarity faceplates and modules One (1) wall mounted screen One (1) under-counter refrigerator One (1) 1,000 watt microwave oven One window in back wall and one on side with dark tint. One window to be 24-inch x 36-inch egress window. Safety package: CO detector, Smoke detector, LP detector, Fire extinguisher 2.3 MAST System One (1) Pneumatic mast (similar to Will-Burt 5-20 mast) Air compressor and air storage system for masts controls 2.4 HVAC Two (2) AirV high-capacity for ducted air system (NOTE: No Heat Pumps) 2.5 Electrical 12KW diesel generator with fuel tank, battery, power convertor, transfer switch, remote panel 50 amp shore power breaker (similar Onan CMQD 12000 Generator) One (1) 30 amp 120/240V 30 ft shore cord Capacity goes from 50A 120/240V on generator to 30A 120/240V on shore cord Standard house-type Square D or equal circuit breaker panel with spare breaker positions for expansion ATS for switching between generator and shore power Two (2) exterior grade 120VAC duplex outlets (1/side). 20 amp breaker each all electric outlets are 20 amp receptacles and connected using MC 12/2 with ground. Four (4) exterior LED scene lights (2/side) Interior lighting must be LED lighting (similar to Techniq Inc., P/N E20-W001) All outside storage compartments will have adequate LED lighting MarineCO Industries 6373EL shore power system mount on the exterior of cab and will power onboard battery chargers and AC equipment and lights 12-volt battery tender Provide four (4) weatherproof duplex exterior outlets on GFI breakers. One outlet in each of the four corners of the trailer. 3.0 Shipping/Delivery: Shipping terms are FOB: DEST (Pittsburgh, PA) Ship To: Mine Safety and Health Administration Pittsburgh Safety And Health Technology Center 626 Cochrans Mill Road Pittsburgh, PA 15236 4.0 Required Date: NTE 6 months from date of award. Delivery date is negotiable. ADDENDUM TO 52.212 EVALUATION OF COMMERCIAL ITEMS: Basis for Award: The Government will award a single Firm Fixed Price contract from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government based on the best overall proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to two evaluation factors: {Technical and Price}. All subfactors under Factor I, Technical are of equal importance. The Contracting Officer shall also conduct a price analysis in accordance with the techniques in FAR 15.404-1(b) (2). The non-Price factor(s) are significantly more important than Factor II, Price. However, price will become significantly more important as non-price factor(s) approach equality. Offerors are cautioned that an award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical features. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Pursuant to FAR 15.306(c) the Contracting Officer may establish a competitive range comprised of all of the most highly rated proposals, unless the range is further reduced for reasons of efficiency. Pursuant to FAR 52.215-1(f) (4), the Contracting Officer may limit the number of proposals in the competitive range to the number that will permit an efficient competition among the most highly rated proposals. Offerors will be required to submit a technical and price proposal and will be evaluated against three evaluation factors. To determine which firm represents the best value, the offers will be evaluated as outlined below. TECHNICAL APPROACH- The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. UNDERSTANDING OF THE REQUIREMENT - The Government will evaluate the offeror's understanding of the work to be performed in accordance with the SOW. The offeror shall submit a proposal that demonstrates its understanding of the work described in the SOW and the extent to which potential risks are identified and mitigated. PRICE. The offeror shall complete the Cost/Price Schedule of this posting. EVALUATION SUMMARY FACTOR I - TECHNICAL-UNDERSTANDING OF THE REQUIREMENT - The Government will evaluate the offeror's understanding of the work to be performed in accordance with the SOW. The offeror shall submit a proposal that demonstrates its understanding of the work described in the SOW and the extent to which potential risks are identified and mitigated. FACTOR II - PRICE - The Government will evaluate offers for award purposes by adding the total of all CLIN prices to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factors I, Technical (See Table 1). No adjectival ratings will be used to evaluate Factor III, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor I- Technical, will be rated using the following Adjectival Scale Table 1 ADJECTIVAL DEFINITION Outstanding A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Non-Price Factors: The importance of the Non-Price Evaluation Factors is in the following descending order with the most important factor listed first: Factor I, Technical is significantly more important than Factor III "Price". However, as offerors ratings for the non-price factors approach equality, Factor III "Price" becomes significantly more important in the award decision. 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 offeror's 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/454-11MR-1457/listing.html)
 
Record
SN02576797-W 20110916/110915000754-31d2aeb6fda32a2c05008a8dbce6a42b (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.