Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOLICITATION NOTICE

68 -- Rental, Pick-up and Delivery of Compressed Bottled Gases - ATTACHMENT 2 - List of Provisions and Clauses - ATTACHMENT 3 - Price/Cost Schedule - ATTACHMENT 1 - Statement of Work

Notice Date
9/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-12-Q-0058
 
Archive Date
10/6/2012
 
Point of Contact
Phyllis H. Woodward, Phone: 5405425281
 
E-Mail Address
Phyllis.Woodward@dhs.gov
(Phyllis.Woodward@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSFE50-12-Q-0058 ATTACHMENT 1 - Statement of Work HSFE50-12-Q-0058 ATTACHMENT 3 - Price/Cost Schedule HSFE50-12-Q-0058 ATTACHMENT 2 - List of Provisions and Clauses Applicable to this RFQ This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and no written solicitation will be issued. This combined synopsis/solicitation is being issued as Request for Quotation (RFQ) No. HSFE50-12-Q-0058 for the rental, pick-up and delivery of compressed bottled gases and other related items, to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents. The location for pick-up and delivery of compressed bottled gases and other related items is the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Mount Weather Emergency Operations Center (MWEOC), 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection and acceptance. The RFQ clauses and provisions are those in effect thru Federal Acquisition Circular 2005-60, effective 08/27/2012. The NAICS code applicable to this requirement is 325120; small business size standard is 1,000 employees. This procurement is a small business set aside. It is anticipated that only one award will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition/commercial item blanket purchase agreement to include a base year and four one-year option periods. Please include all applicable Government discounts in your offer. FOB Destination pricing is requested. FAR Provisions 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 apply to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the System For Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. The successful vendor must be registered in the Central Contractor Registry which is now accessed via the System For Award Management (SAM). The Statement of Work, which includes a list of compressed bottled gases most used by DHS, FEMA, MWEOC, is attached to this combined synopsis/solicitation (reference ATTACHMENT 1). Also attached is a list of provisions and clauses applicable to this RFQ (reference ATTACHMENT 2). The Contractor's pricing proposal shall contain individual unit prices for each bottled gas substance for the base and each of the four one-year option periods (reference ATTACHMENT 3). If surcharges apply to any bottled gas substance, please include the surcharge in the total unit price for that item. The contractor's offer should also include annual pricing for the base and each option year, for all delivery charges, monthly rental charges per cylinder, and hazardous material handling charges as well as any additional fees charged by the offeror. EVALUATION INFORMATION - The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable. In order to be found technically acceptable, the offeror must be capable of providing the required services as specified in the Statement of Work. The Contractor shall address the following factors in order for the Government to make a determination of technical acceptability: TECHNICAL APPROACH, EXPERTISE AND EXPERIENCE - the Contractor must provide a comprehensive technical approach for providing rental, pick-up and delivery of compressed bottled gases as specified in the Statement of Work. This technical approach should include proof they are licensed to perform work in the state of Virginia; have the required insurance; and are certified by appropriate federal and state regulatory agencies to meet federal and local requirements in the handling, transportation and disposal of bottled gas substances. Reference HSAR 052.22-70, REMOVAL OR DISPOSAL OF HAZARDOUS SUBSTANCES - APPLICABLE LICENSES AND PERMITS (JUN 2006). The Contractor must also demonstrate an understanding of the work to be accomplished and address their expertise and experience in providing rental, pick-up and delivery of the compressed bottled gas substances most used by DHS, FEMA, MWEOC. PAST PERFORMANCE - the Contractor must provide three references to support its' capability to deliver quality work in a timely manner. References shall include a current point of contact and telephone number. The Contractor must also provide a statement that it has not been terminated for default in the past three years. MANAGEMENT APPROACH AND STAFFING PLAN - the Contractor must provide a written management approach and staffing plan that covers all aspects of providing rental, pick-up and delivery of compressed bottled gases. This plan should contain methods for handling management problems and staffing issues. It will be evaluated for Contractor understanding of the work to be accomplished with respect to planning, organizing and managing resources to successfully perform these services in accordance with the Statement of Work. It will also be assessed for a proposed strategy that promotes an open exchange of information between the Contractor's team and Government. SECURITY REQUIREMENTS - MWEOC is a restricted Government facility and requires favorable police background checks for all Contractor personnel requiring access to the facility. Contractor and Sub-Contractor service personnel must comply with MWEOC security requirements. Contractors are required to become familiar with CFR 44, Part 15 and ensure any sub-contractors are also familiar with these rules and regulations before entering the MWEOC facility. See http://law.justia.com/us/cfr/title44/44-1.0.1.1.16.html#44:1.0.1.1.16.0.23.16. Also reference the paragraph titled "DELIVERIES AND GENERAL ACCESS TO DHS, FEMA, MT. WEATHER EMERGENCY OPERATIONS CENTER (MWEOC)" in the list of provisions and clauses applicable to this RFQ for important information regarding access to the MWEOC facility. QUESTIONS - Questions regarding this RFQ are to be submitted in MS Word format to Phyllis.Woodward@fema.dhs.gov by 12:00 PM on Thursday, 09-13-2012. Hand deliveries and/or faxes of questions will not be accepted without prior approval. Additionally, the subject line of your email shall, at a minimum, contain the RFQ number. PROPOSAL SUBMISSION INSTRUCTIONS - The Contractor shall submit an electronic proposal via email to Phyllis.Woodward@fema.dhs.gov no later than 4:00 PM on Friday, 09-21-2012. The subject line of emails pertaining to this RFQ shall clearly reference RFQ # HSFE50-12-Q-0058. Total size of email shall not exceed 8MB due to DHS email restrictions. Hand deliveries and/or faxes of proposals will not be accepted without prior approval. Contractor proposals shall be valid for 30 calendar days after the due date for responses to this RFQ. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Attachments to Combined Synopsis/Solicitation, DHS, FEMA RFQ No. HSFE50-12-Q-0058: • ATTACHMENT 1 - Statement of Work • ATTACHMENT 2 - List of Provisions and Clauses Applicable to this RFQ • ATTACHMENT 3 - Price/Cost Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-12-Q-0058/listing.html)
 
Place of Performance
Address: Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN02873626-W 20120909/120908002121-fb6ae2d1f0583941e44038a619ea3636 (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.