Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2013 FBO #4315
MODIFICATION

58 -- Blackberry and Cell Phone Wireless Communication services - Amendment 1

Notice Date
9/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Marianas, PSC 455, Box 195 FPO AP 96540-2937, BLDG 101, RTE 1 MARINE DRIVE, SANTA RITA, GU 96915, Santa Rita, 96540-2937, United States
 
ZIP Code
96540-2937
 
Solicitation Number
N40192-13-R-8008
 
Archive Date
10/4/2013
 
Point of Contact
Patrick A. Quitugua, Phone: 6713494119, Jeno Aguon, Phone: 6713332127
 
E-Mail Address
patrick.quitugua@fe.navy.mil, jeno.aguon@fe.navy.mil
(patrick.quitugua@fe.navy.mil, jeno.aguon@fe.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3, PPQ Attachment 2, Offeror Experience Project Data Sheet Attachment 1, Schedule and Exhibits A-e Updated Section D, Evaluation Factors for Award Updated SOW rev 2 dated 12 Sep 13 Amendment is issued to incorporate the following changes: 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. The Solicitation/RFP No. is N40192-13-R-8008. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation is 100% set-aside for Small Business Concerns. All responsible sources may submit a response which, if received timely must be considered by the agency. The North American Industry Classification System (NAICS) code is 517210. Proposals shall include all labor, safety controls, transportation, materials, equipment and supervision necessary to provide Blackberry and Cell Phone Wireless Communication services to various locations on the Island of GUAM as specified in the Performance Work Statement. The Government intends to award a contract with one (1) 12-month Base period and four (4) 12-month option periods as follows: CLIN 0001 (Base Period) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit A) Period of Performance: 01 OCT 2013 - 30 SEP 2014 CLIN 0002 (Base Period) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit A) Period of Performance: 01 OCT 2013 - 30 SEP 2014 CLIN 0003 (1ST Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit B) Period of Performance: 01 OCT 2014 - 30 SEP 2015 CLIN 0004 (1ST Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit B) Period of Performance: 01 OCT 2014 - 30 SEP 2015 CLIN 0005 (2nd Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit C) Period of Performance: 01 OCT 2015 - 30 SEP 2016 CLIN 0006 (2nd Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit C) Period of Performance: 01 OCT 2015 - 30 SEP 2016 CLIN 0007 (3rd Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit D) Period of Performance: 01 OCT 2016 - 30 SEP 2017 CLIN 0008 (3rd Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit D) Period of Performance: 01 OCT 2016 - 30 SEP 2017 CLIN 0009 (4th Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit E) Period of Performance: 01 OCT 2017 - 30 SEP 2018 CLIN 0010 (4th Option) BLACK BERRY AND CELL PHONE SERVICES TO VARIOUS LOCATIONS (See Exhibit E) Period of Performance: 01 OCT 2017 - 30 SEP 2018 Submission of Proposal must include pricing for CLINs 0001 thru 0010, to include pricing for the respective Exhibits A thru E. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), provisions and clauses apply to this acquisition:, 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2012)(DEV), with additional sub-clauses applicable for this solicitation: 52.203-3, Gratuities (APR 1984), 52.216-18 Ordering (OCT 1995), 52.217-5 Evaluation of Option (JUL 1990), 52.217-8, Option to Extend Services (NOV 1999), 52.217-9, Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-14, Limitations on Subcontracting (NOV 2011), 52.219-28, Post Award Small Business Program Representation (APR 2009), 52.222-3, Convict Labor (JUN 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010), 52.222-37, 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-43, Fair Labor Standards Act and Service Contract Act (SEP 2009); 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) Employment Reports on Veterans (SEP 2010), 52.225-1, Buy American Act-Supplies (FEB 2009), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.233-3, Protest After Award (AUG 1996), 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984), 52.232-36, Payment by Third Party (FEB 2010), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004), 52.247-64,,Preference for Privately Owned U.S. Flag Commercial Vessels (FEB 2006),, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items (DEC 2010)(DEV), 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010), 252.232-7010, Levies on Contract Payments (DEC 2006), 252.243-7002, Requests for Equitable Adjustment (MAR 1998), 52.228-8 Liability and Insurance-Leased Motor Vehicles (May 1999) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.215-7007 Notice of Intent to Resolicit (Jun 2012) 252.215-7008 Only One Offer (Jun 2012) 252.212-7001 Class Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2010) (Deviation) DAR Tracking Number 2009-O0005 The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items with paragraph (a) consisting of the following verbiage: 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: Price, Offeror Experience and Past Performance. Evaluation method: Evaluation of proposals will be based on price and non-priced criteria stated in the solicitation, with contract award to be made to the offeror submitting the best value proposal to the Government; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. Offeror must include a completed copy of this provision with their proposal. Text versions of all clauses/provisions are given in full text at http://www.acquisition.gov/comp/far/index.html. LOCATION OF CONTRACTOR'S FACILITY The nature of the work required by the proposed contract will require close liaison. THEREFORE, THE CONTRACTOR'S FACILITY AND EQUIPMENT IN WHICH THE MAJORITY OF THE WORK UNDER THE CONTRACT IS PERFORMED MUST BE LOCATEDWITHIN THE ISLAND OF GUAM. The contractor must have the adequate facility or equipment sufficient for performance of the work required - Black Berry and Cell Phone WIRELESS SERVICES. Supervision, management and administration of the contractor's present or proposed facility/equipment shall be within the geographical location requirement herein. Contractors outside the ISLAND OF GUAM shall submit a letter of intent to establish such facility and obtain necessary equipment within the specified area. The letter of intent must state the offeror's anticipated date (days after contract award) for such facility, the geographic location, and the description of the facilities/equipment to be offered. 52.216-19 Order Limitations (Oct 1995): (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10,000.00 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $1,400,000.00; (2) Any order for a combination of items in excess of $1,400,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 day after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 Indefinite Quantity (Oct 1995): (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 Sep 2013. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer addressed as follows: DANTE P. SERNEO, NAVAL FACILITIES ENGINEERING COMMAND, PSC 455, BOX 195, FPO AP 96540-2937 by obtaining written and dated acknowledgment of receipt from DANTE P. SERNEO, NAVAL FACILITIES ENGINEERING COMMAND, BLDG 103, NAVAL BASE GUAM. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (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 Central Contractor Registration 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 "Web Based Training" 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). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Note that this will be specified in each task order issued. (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* Note that information in this table will be provided upon issuance of each task order. Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Patrick.quitugua@fe.navy.mil; dante.serneo@fe.navy.mil (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. Christopher Santos Email: Christopher.Santos@fe.navy.mil or tel: 671-349-2252 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. All responsible contractors are encouraged to submit an offer in response to this solicitation. Proposals must be received by this office no later than 2:00 p.m. (GUAM Time) on Thursday, 19 September 2013. Proposal may be submitted electronically ot NAVFAC MARIANS FEAD SUPPLY & Non-FSC Servies. Attn: Jeno Aguon, Contract Specialist via email at jeno.aguon@fe.navy.mil or Dante P. Serneo at dante.serneo@fe.navy.mil. Note: Large file attachments may delay receipt of electronic mail. Offeros are responsible to ensure that proposals are entirely received by the due date and time required. Written offers (oral offers will not be accepted)may also be submitted to following address: For Hand Delivery: NAVAL FACILITIES ENGINEERING COMMAND MARIANAS, BLDG 103, MARINE DRIVE NAVAL STATION, GUAM, 1ST floor. You will need to call a Government POC upon arrival to the building to gain access. Your Government POCs are Jeno Aguon,Contract Specialist and he can be reached at (671) 333-2127 or Dante P. Serneo, Contracting officer at (671)339-5120. For Postal Delivery: NAVAL FACILITIES ENGINEERING COMMAND MARIANAS, ATTENTION: DANTE P. SERNEO, PSC 455, BOX 195 FPO, AP 96540-2937. ELECTRONIC SUBMITTALS WILL NOT BE ACCEPTED. Offerors must submit, as part of their proposal, the following: (1) Completed Price Proposal/Schedule (2) Completed copies of FAR 52.212-3, as well as DFARS 252.212-7000 or Online Representations and Certifications Application (ORCA) record. ORCA is located at https://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://farsite.hill.af.mil and DFARS website: http://farsite.hill.af.mil/vfdfara.htm (3) Exhibit 5, Completed Past Performance Questionnaire (PPQ). BASIS OF EVALUATION 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the lowest price technically acceptable offer. 2. As stated in the solicitation, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 3. The LPTA process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 4. An overall non-price factors rating must be at least "ACCEPTABLE" in order to be eligible for award. An "UNACCEPTABLE" rating in any factor results in the overall non-price factors proposal being rated "UNACCEPTABLE" unless corrected through discussions. An overall non-price factors rating of "UNACCEPTABLE" makes a proposal ineligible for award. B. SAFETY EVALUATION 1. Per NFAS 15.304(b), solicitations utilizing source selection procedures for procurements within the 50 United States and the District of Columbia shall contain a standard "Safety" technical evaluation factor. This factor shall be included as a stand-alone evaluation factor and not as a sub-factor or an element of the Past Performance evaluation factor. This action will result in the selection of contractors that have consistently demonstrated a commitment to safety and the ability to properly manage and implement safety procedures for themselves and all tiers of subcontractors under their purview. 2. The safety evaluation has three elements: Experience Modification Rate (EMR), Occupational Safety and Health Association (OSHA) Days Away from Work, Job Restriction, or Transfer (DART), and Technical Approach to Safety. 3. The three elements of safety, as listed above, are not sub-factors. The evaluators should collectively consider all elements of safety when assigning an overall adjectival rating for this factor. The SSEB will need to make a qualitative determination of the rating for this factor, taking into account the risk ratings for EMR and DART and the subjective evaluation of the narrative. 4. Evaluators will not average the rating from the three years for the EMR and the DART. 4. The following should be utilized by evaluators as a general guideline to evaluate the EMR and DART rates: Risk EMR Very Low Risk Less than 0.6 Low Risk From 0.6 to less than 0.8 Moderate Risk From 0.8 to 1.0 High Risk Greater than1.0 to 1.1 Extremely High Risk Greater than 1.1 Risk DART Rate Very Low Risk Less Than 1.0 Low Risk From 1.0 to 1.99 Moderate Risk From 2.0 to 2.99 High Risk From 3.0 to 4.0 Extremely High Risk Greater than 4.0 C. ADJECTIVAL RATINGS/DESCRIPTIONS Each offeror's technical factors and past performance will be evaluated separately. Upon the conclusion of the evaluation of the technical factors an overall non-price factors rating of Acceptable (A) or Unacceptable (U) will be assigned to each offeror's non-price factors proposal. 1. The following adjectival ratings and rating descriptions will be used to assign a rating to each technical factor. Use upper case letter ratings for major technical factor ratings. The addition of plus (+) or minus (-) to an adjective rating is not allowed. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable (A) Proposal clearly meets the minimum requirements of the solicitation. Unacceptable (U) Proposal does not clearly meet the minimum requirements of the solicitation. The weaknesses and/or deficiencies (as defined below) of each proposal for each non-price evaluation factor which influenced the assigned adjectival rating shall be identified. Definitions Weakness A flaw in the proposal that increases the risk of unsuccessful contract performance. Significant Weakness A flaw that appreciably increases the risk of unsuccessful contract performance. Deficiency A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. 2. PAST PERFORMANCE EVALUATION Past Performance shall be evaluated when using the LPTA process, unless waived by the PCO in accordance with FAR 15.101-2(b). Past performance will be rated on an "acceptable" or "unacceptable" basis using the ratings in the following table: Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable (A) Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable (U) Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." (a) Aspects of Past Performance Evaluation. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. There are two aspects of the past performance evaluation. (1) The first is to evaluate whether the offeror's present/past performance is relevant or not relevant to the effort to be acquired. The criteria to establish what is relevant is unique to each LPTA source selection. For this solicitation, The Offeror's past performance will be evaluated based upon client satisfaction on recent relevant cell phone and black berry services within the last five (5) years. Client satisfaction will be measured based upon quality of work, effectiveness of management, timely completion of work, and compliance with safety standards. Further, as an integral part of client satisfaction, the Offeror's termination for default history and safety record will also be evaluated. (2) The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a current source selection does not establish, create, or change the existing record and history of the offeror's past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. (b) SSEB members will review past performance information to determine the quality and usefulness as it applies to the performance confidence assessment. D. EVALUATION FACTORS FOR AWARD 1. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 - Offeror Experience Factor 2 - Past Performance Factor 3 - Safety The distinction between Offeor Experience and Past Performance is Offeror Experience pertains to the types of work and volume of work completed by a contractor that are comparable to the types of work covered by this requirement, in terms of size, scope, and complexity. Past performance relates to how well a contractor has performed. 2. Basis of Evaluation and Submittal Requirements for Each Factor. The relative order of importance of the technical evaluation factors are considered of equal weight, and when combined, are approximately equal to price. a. Price (1) Solicitation Submittal Requirements: The offeror shall submit the following in the order shown below in a sealed envelope. Envelope is to be clearly marked in the bottom right corner as follows: Offeror's Name PRICE PROPOSAL SUBMITTED UNDER RFP N40192-13-R-8008 DO NOT OPEN IN MAILROOM (i) Attachment 1 (Schedule and Exhibits A thru E). Offer is to complete all ELIN unit pricing for each contract period, which will becom the rates effective at contract award. (ii) Representations and Certifications. Offeror shall submit completed copies fo FAR 52.212-3, as well as DFARS 252.212-7000 or Oline Representations and Certifications Application (ORCA) record. (iii) Joint Venture Agreement (if applicable) (2) Basis of Evaluation: Prices will be evaluated for reasonableness based on: (1) Comparison of proposed prices with other offers received in response to the solicitation; and (2) Comparison with the Independent Government Estimate. Unrealistically low (or high) proposed prices or prices unbalanced between the various option periods, initially or subsequently, may be grounds for eliminating a proposal from competition either on the basis that the Offeror does not understand the requirement, or has made an unrealistic proposal. b. Technical Factors: (1) FACTOR 1, OFFEROR EXPERIENCE (i) Solicitation Submittal Requirements: The Offeror shall submit the following under Tab "1" of their proposal: (1) Use format in Attachment 2 (Offeror Experience Project Data Sheet) to submit projects for evaluation under experience. Submit Attachment 2 under Tab "1" of the proposal. (2) Submit projects for Black Berry and Cell Phone Wireless services. (3) Submit projects completed or substantially completed (80% complete) within five-year period. The five-year period is calculated by counting back five years from the date set for the receipt of proposals in the RFP. (4) Submit a maximum of five (5) projects for the Offeror. (5) Submit evidence of a binding teaming agreement or other contractual agreement which creates legal responsibility on the part of the subcontractors, as applicable. Proposals that fail to use format in Attachment 2 may be rated lower. All projects submitted which are outside the five-year period or above the maximum number allowed for consideration will be removed and discarded prior to evaluation. All projects submitted which are not relevant in scope will be removed and discarded prior to evaluation. Offerors who submit relevant projects for a subsidiary, satellite office, parent company, or predecessor company must fully explain how this office will participate in this contract. If it is not clear how this office will participate in this contract, the project will be removed and discarded prior to evaluation. (ii) Basis of Evaluation: The Offeror's experience will be evaluated based upon demonstrated Black Berry and Cell Phone Wireless services experience similar in scope, size, type, and complexity to the work in the RFP. (2) FACTOR 2, PAST PERFORMANCE: (i) Solicitation Submittal Requirements: The Offeror shall submit the following under Tab "2" of their proposal: (1) Submit one of the following for each of the projects submitted under Factor 1 - Offeror Experience: a. A Past Performance Questionnaire (PPQ), a Contractor Performance Assessment Report (CPAR) for Services, a Construction Contractor Appraisal Support System (CCASS) Performance Evaluation - Construction Contract, or an Architect- Engineer Contract Administration Support System (ACASS) Performance Evaluation. b. If a commercial project, submit a PPQ. c. If a Government project, submit a copy of a CPAR, CCASS, or ACASS. The Government will not evaluate any PPQ submitted for a Government project if an official CPAR, CCASS or ACASS evaluation exists in the Government database. d. An interim CPAR, CCASS, ACASS or PPQ will be accepted for evaluation if an Offeror submits projects which are at least 80%,but less than 100% complete. (2) If you are submitting a project that your firm performed as a subcontractor, the prime contractor may be cited as the client POC. (3) Submit projects completed or substantially completed (at least 80%) within five-year period. The five-year period is calculated by counting back five years from the date set for the receipt of proposals in the RFP. (4) Submit a maximum of five (5) projects for the Offeror. (2) Basis of Evaluation: The Offeror's past performance will be evaluated based upon client satisfaction on recent relevant cell phone and black berry wireless services within the last five (5) years. Client satisfaction will be measured based upon quality of work, effectiveness of management, timely completion of work, and compliance with safety standards. Further, as an integral part of client satisfaction, the Offeror's termination for default history and safety record will also be evaluated. The Government's sources of information for evaluating past performance may include, but are not limited to, any and all information provided by the contractor, inquiries of owner representative(s), any other known sources not provided by the Offeror, Past Performance Information Retrieval System (PPIRS). While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. (3) FACTOR 3, SAFETY: (i) Solicitation Submittal Requirements: The Offeror shall submit the following information under Tab "3": (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (1) Experience Modification Rate (EMR): For the three previous complete calendar years, 2010, 2011 and 2012, submit your EMR (which compares your company's annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: For the three previous complete calendar years 2010, 2011 and 2012, submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach for Safety: Describe the plan that the Offeror will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the Offeror will employ to ensure and monitor safe work practices at all subcontractor levels. The Safety Narrative shall be limited to two pages. (ii) Basis of Evaluation: The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. The Government will evaluate the Offeror's overall safety record, the Offeror's plan to select and monitor subcontractors, any and innovative safety methods that the Offeror plans to implement for this procurement. The Government's sources of information for evaluating safety may include, but are not limited to, OSHA, NAVFAC's Facility Accident and Incident Reporting (FAIR) database, and other related databases. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete safety information regarding these submittal requirements rests with the Offeror. The evaluation will collectively consider the following: - Experience Modification Rate (EMR) - OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate - Offeror Technical Approach to Safety - Other sources of information available to the Government (1) Experience Modification Rate (EMR): The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach to Safety: The Government will evaluate the narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the narrative to determine the degree to which innovations are being proposed that may enhance safety on this procurement. Those Offerors whose plan demonstrates a commitment to hire subcontractors with a culture of safety and who propose innovative methods to enhance a safe working environment may be given greater weight in the evaluation. Request for Information (RFI) can be submitted via email to patrick.quitugua@fe.navy.mil no later than 1230 on Wednesday, 28 Aug 13, Chamorro Standard Time.. To be eligible to receive an award resulting from this solicitation, offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their proposal. Offerors must (No exceptions) be registered in the System for Award Management (SAM) Registration Database. This acquisition is unrated in accordance with the Defense Priorities and Allocations System. Further information regarding this solicitation may be directed to the point of contact identified above or E-mailed to Patrick.Quitugua@fe.navy.mil and Jeno.Aguon@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N40192-13-R-8008/listing.html)
 
Place of Performance
Address: NAVFAC MARIANAS, Santa Rita, Guam, 96915, Guam
 
Record
SN03188923-W 20130917/130915233414-bc61bb323d115e4b1637ed744e9a4212 (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.