Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOLICITATION NOTICE

R -- Locate Underground Conduit Services, Fort Campbell, KY

Notice Date
8/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124813T0031
 
Response Due
9/4/2013
 
Archive Date
10/25/2013
 
Point of Contact
Noryem Maldonado, 270-798-7852
 
E-Mail Address
MICC - Fort Campbell
(noryem.maldonado@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W91248-13-T-0031 COMBINED SYNOPSIS/ SOLICITATION FOR, DPW Locate Underground Conduit Services, Fort Campbell, KY MISSION AND INSTALLATION CONTRACTING COMMAND (MICC) - FORT CAMPBELL, 6923 38th and DESSERT STORM, FORT CAMPELL, KY 42223-5355 (1)Contract Specialist: Noryem Maldonado, 270-798-7852, noryem.g.maldonado.civ@mail.mil Contracting Officer: Angela D. Jacobs 270-798-7815, angela.d.jacobs2.civ@mail.mil (2)CLASSIFICATION CODE: R- Professional, Administrative, and Management Support (3)Closing Response Date: 4 September 2013, 1:00 PM CST. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91248-13-T-0031 is issued as a Request for Quotation (RFQ). This requirement will be procured on a Small Business set aside basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 dated 1 Aug 2013. The NAICS Code is 561990 (All Other Support Services- Locating underground utility lines prior to digging) and the small business size standard is $10M. The requirement is for Locate Underground Conduit Services for a Base Year and two (2) 12 months Option Years, see attached PWS. The provision at 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) is applicable and is tailored as follows: Paragraphs (d), (e), and (h) are deleted. The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is addended to incorporate the following clause: 52.252-2 Clauses Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil). IAW FAR provision 52.212-2 (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 following factors shall be used to evaluate offers: Evaluation factors are Technical - a.Contractor shall submit verifiable experience of the proposed technician performing the requirement for a minimum of three (3) years (i.e. Resume) on the Tennessee Underground Utility Damage Prevention Act (Tennessee One Call). b.Contractor shall submit verifiable experience of knowledge on computer programs used to create and update maps (i.e. Microstation, CAD) and medium and low voltage electrical distribution systems, subsystems, and equipment. c.Minimum Education: High School Diploma certificate and Price. Award will be made to the LPTA offer. (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. Evaluation criteria consist of factors as listed below. The quotation will be evaluated under two (2) factors: Factor I: Technical Capability Factor II: Price a.Factor I - Technical Capability. The Government will evaluate all offerors for technical acceptability and assign ratings of quote mark Acceptable quote mark or quote mark Unacceptable quote mark as shown below in Table 1. The technical acceptability evaluation provides an assessment of the offeror's capability to satisfy the Government's minimum requirements. Table 1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the acceptability standards listed below. UnacceptableProposal clearly does not meet the acceptability standards listed below. Acceptability Standard 1: Contractor shall submit verifiable experience of the proposed technician performing the requirement for a minimum of three (3) years (i.e. Resume) on the Tennessee Underground Utility Damage Prevention Act (Tennessee One Call). Acceptability Standard 2: Contractor shall submit verifiable experience of knowledge on computer programs used to create and update maps (i.e. Microstation, CAD) and medium and low voltage electrical distribution systems, subsystems, and equipment. Acceptability Standard 3: Minimum Education: High School Diploma certificate b.Factor II -Price. Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b). The Government reserves the right to require such data necessary if unable to determine the reasonableness of the proposed pricing. The following clauses are added: The clause at 52.207-7 Central Contractor Registration, 252.204.7004 Alt A Central Contractor Registration, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.222-50 Combating Trafficking in Persons; 52.233-4 Applicable Law for breach of Contract Claim, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments, The Clause at 252.243-7001, Pricing of Contract Modifications. The provision 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information - http://farsite.hill.af.mil. The Government intends to make award to the Lowest Priced Technically Acceptable (LPTA) offer. The Government intends to a single award as a result of this solicitation. Offers will be evaluated on the basis Lowest Priced Technically Acceptable (LPTA). Successful offerors must be registered in SAM (System for Award Management). SAM website is https://www.sam.gov/portal/public/SAM. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS Provision 252.212-7000 Offeror Representations and Certifications-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 - Service Contract Act 1965; 52.222-42 - Statement of Equivalent Rates for Federal Hires; Employee Class Monetary Wage - Fringe Benefits 23160 - Electricians, Maintenance $22.17$4.10 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional clauses cited within the clause are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests, in solicitations and contracts for the provision of services. FAR clauses are incorporated in full text: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The ontracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and three months. (End of clause) 52.232-18 AVAILABILLITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) DFARS clause is incorporated in full text: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (COMBO) (Contracting Officer: Insert applicable document type(s). Note: If a quote mark Combo quote mark document type is identified but not supportable by the Contractor's business systems, an quote mark Invoice quote mark (stand-alone) and quote mark Receiving Report quote mark (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (Contracting Officer: Insert inspection and acceptance locations or quote mark Not applicable quote mark.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAACHQ0490 Issue By DoDAACW91248 Admin DoDAACW91248 Inspect By DoDAACW34GM1 Ship To CodeW34GM1 Ship From Code____ Mark For Code____ Service Approver (DoDAAC)____ Service Acceptor (DoDAAC)____ Accept at Other DoDAAC____ LPO DoDAAC____ DCAA Auditor DoDAAC____ Other DoDAAC(s)____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or quote mark See schedule quote mark if multiple ship to/acceptance locations apply, or quote mark Not applicable. quote mark ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the quote mark Send Additional Email Notifications quote mark field of WAWF once a document is submitted in the system. Acceptor: TBD email:Phone: View Only: Noryem Maldonado email: noryem.g.maldonado.civ@mail.milPhone: 270-798-7852 (Contracting Officer: Insert applicable email addresses or quote mark Not applicable. quote mark ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See information from paragraph 5 for emails (Contracting Officer: Insert applicable information or quote mark Not applicable. quote mark ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following AFARS clauses are applicable to this acquisition: 5152.233-4000 HQ AMC - Level Protest Program (Nov 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 See attached Offer Schedule. Offers are due not later than 01:00 P.M. (CST) 4 Sep 2013. All responsible sources may submit an offer, which will be considered by the agency. Submit offers via email (preferred) to noryem.g.maldonado.civ@mail.mil, or via mail to MICC - Fort Campbell, ATTN: Noryem Maldonado, 6923 38th and Dessert Storm, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is Noryem Maldonado, 270-798-7852, noryem.g.maldonado.civ@mail.mil, or Angela D. Jacobs, 270-798-7815, angela.d.jacobs2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/37359115bf48611aa3f5324a9e9c19f2)
 
Place of Performance
Address: MICC - Fort Campbell 6923 38th and Dessert Storm Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN03162870-W 20130828/130826235834-37359115bf48611aa3f5324a9e9c19f2 (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.