Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2015 FBO #4864
MODIFICATION

56 -- Combined Synopsis/Solicitation for Concrete Grinding Services at Fort Campbell, KY

Notice Date
3/18/2015
 
Notice Type
Modification/Amendment
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124815T0013
 
Response Due
3/31/2015
 
Archive Date
5/17/2015
 
Point of Contact
Brad Davis, 2709999999
 
E-Mail Address
MICC - Fort Campbell
(bradford.a.davis.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Modification to a Previous Synopsis/Solicitation Solicitation Number: W91248-15-T-0013 Original Posted Date:13 March 2015 Current Response Date: 31 March 2015, 1:00 P.M. CST Classification Code: 5680 Miscellaneous Construction Materials Set Aside:100% Small Business Concern Contracting Office Address Mission and Installation Contracting Command - Fort Campbell, ATTN: CCMI-CBR-CM, Bldg 6923, 38th Street & Desert Storm, Fort Campbell, KY 42223-5355 Modification 01: This is a modification to subject solicitation posted in FedBizOpps, and MICC-Fort Campbell Homepage on 13 March 2015. The following questions are being answered. This modification has been issued to answer a question pertaining to the current solicitation. PLEASE READ THE ENTIRE SOLICITATION AND ATTACHMENTS BEFORE SUBMITTING QUESTIONS. SUBMIT QUESTIONS TO Ms Wanda Jobe, at email wanda.f.jobe.civ@army.mil. Question #1: As the SOW states it is our choice whether to leave the plant on- base or remove and return with each Task Order, does this mean there will only be one opportunity for mobilization reimbursement or price? Answer #1: While it is the Contractor's decision to leave the plant on-base or remove and return per Delivery Order; historically, the contractor has left the plant on-base. There is the possibility of multiple Mobilization Reimbursements, but not for per every Delivery Order for this requirement. Question #2: Can you give us any idea as to the minimum tonnage per Task Order, regardless of size? Answer #2: Historically the smallest amount was approximately 5,000 tons. A typical DO is usually approx. 10,000 to 15,000 tons. Additionally, as stated in the solicitation, clause 52.216-19 provides the Order limitations Question #3: Additionally, the Bid Schedule calls for a quote for 15,000 tons. Answer #3: a. Does this mean this is the estimated total usage per year? Answer: Quote is for estimated quantities that could be more or less; however, 15,000 is the historic quantity ground b. If not, what is the estimated usage annually per historical data? Answer: See above Question #4: The Bid Schedule calls for transport and stockpiling of 10,000 tons to 3 separate locations or distances. a. Is this amount in addition to the 15,000 tons? Answer: NO, the 15,000 tons is in reference to grinding only. CLINS 0003-0005 are in reference to hauling the product to the specified location on the installation. Hauling may or may not be required during performance of the contract and could be at any of the distances of combination of distances. Hauling is normally used for stockpiling but could include quote mark tailgating quote mark of material b. Or is it included within the 15,000 tons? Answer: NO, this is not included with the 15,000 tons of grinded slab, this is a separately priced item. c. If it is included, what happens to the remaining 5,000 tons? Answer: CLINS 0002-0005 are not to be combined, these are all separately priced items for this requirement. The MICC Fort Campbell Contracting Office has relocated to the address listed below: MICC Fort Campbell Bldg 6923, 38th Street & Desert Storm Fort Campbell, KY 42223 All responsible concerns may submit a proposal that will be considered by this agency. Offers may be submitted to the following individual: By email: Ms Wanda Jobe, wanda.f.jobe.civ@army.mil, via fax at Fax Number: 270-798-7548; Offers may also be mailed to the agency address shown above. All offers must be received NLT 31 March 2015, 1:00 P.M. 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; proposals are being requested and a written solicitation will not be issued. 1. Combined Synopsis/Solicitation for Concrete Grinding Services at Fort Campbell, KY. 2. Solicitation Number: W91248-15-T-0013 3. Classification Code: 5680- Miscellaneous Construction Materials 4. Set-Side: 100% Set-aside for Small Business Concerns 5. Closing Response Date: 31 March 2015, 1:00 PM CST Restrictions: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.603, 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 W91248-15-T-0013 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79 dated 15 Dec 14 and as outlined below. The NAICS is 212321; small business size standard is 500 employees; acquisition is 100% Small Business Aside, all eligible offerors may submit an offer that will be considered by this agency. The contractor is responsible for providing all labor, supplies, equipment, and supervision necessary to provide Grinding Services as listed in the Performance Work Statement (PWS). It is contemplated that the Period of Performance will be one 12-Month Base Period and Four (4) 1-Year Option Periods. The complete Offer Schedule, PWS, Wage Determinations, and associated documents are at the end of this FebBizOpps announcement under Additional Documentation. Offerors shall complete all line items listed on the offer schedule in order to be considered for award. The provision 52.212-1, -Instruction to Offerors-Commerical Items(APR 2014) is applicable to this solicitation and is tailored as follows: Paragraphs (d), (e), (h),and (i) are deleted. The successful offer must be registered on the System for Award Management (SAM). Offerors shall include CAGE Code, DUNS and TIN with their quote. 52.252-1, Solicitation Provisions Incorporated by Reference with fill in as http://farsite.hill.af.mil ; The provision at 52.212-2, Evaluation- Commercial Items (JAN 1999) with evaluations factors as: 1) Technical 2), Past Performance and 3) and Price. To be technically acceptable, the offeror must receive a quote mark Technically Acceptable Rating quote mark for both Technical and Past Performance evaluation factors as defined herein. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The government may choose to exercise the Extension of Services at the end of any performance period (Base or option periods), utilizing the rates of that performance period. Specifics regarding the Basis for Contract Award are at the end of this document. Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications- Commercial Items and DFARS provisions 252.212-7000 Offeror Representations and Certifications or offerors may complete Representation and Certification on website https://www.sam.gov/portal/public/SAM. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The following Contract Clauses are applicable: 52.212-4, Contract Terms and Conditions- Commercial Items (MAY 2014); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JUL 2014), The following additional FAR clauses cited within are applicable : 52.222-50 Combating Trafficking in Persons (FEB 2009); 52.233-3 Protest After Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004);52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-13-Contractor Code of Business Ethics and Conduct (APR 2010) ; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013), 52.204-14- Service Contract Reporting Requirements (JAN 2014) ; 52.209-6, Protecting the Government's Interest when subcontracting with contractors debarred, suspended or proposed for debarment (AUG 2013); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012); 52.219-6, Notice of Total Small Business Set Aside (NOV 2011); 52.219-8 Utilization of Small Business Concerns (MAY 2014); 52.219-14, Limitations on Subcontracting (NOV 2011); 52.219-28, Post Award Small Business Program Representation (JUL 2013); 52.222-3 Convict Labor (JUN 2003); 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014); 52.222-21, Prohibition of Segregation Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007);52.222-35 Equal Opportunity for Veterans (JUL 2014); 52.222-36 Equal Opportunity for Workers With Disabilities (JUL 2014); 52.222-37 Employment Reports on Veterans (JUL 2014);52.222-40 Notification of Employees Rights Under the National Labor Relations Act (DEC 2010); 52.222-54 Employment Eligibility Verification (AUG 2013); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013); 52.222-41 Service Contract Act of 1965 (Nov 2007); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (Monetary Wage and Fringe Benefits for Employee Class 23440- Heavy Equipment Operator ($18.62 + $4.02 = $22.64/hr) and Employee Class 23470- Laborer ($11.20 +$4.02= $15.22/hr) ); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); ). Other applicable clauses for this requirement are 52.204-7- System for Award Management (JUN 2013); 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.216-1 Type of Contract (APR 1984) fill in as Fixed Price; 52.216-19 Order Limitations (OCT 1995) fill in as (a) $3,000.00 (b) (1) 20,000 tons (2) 20,000 tons; or (3) 30 calendar days and (d) 3; 52.217-8 Option To Extend Services (Nov 1999) fill in as 30; 52.217-9 Option to Extend the Term of the Contract (MAR 2000) fill ins are 30; 60; and Five (5) Years; 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) fill in 30 September 2015; 52.232-40 Providing Accelerated payments to Small Business Subcontractors (DEC 2013) ; The following DFARS clauses are applicable: 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (SEP 2013); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Alternate A, System for Award Management (FEB 2014 ); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014); 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax liability or a Felony conviction Under any Federal Law-Fiscal Year 2015 Appropriations (DEC 2014); 252.216-7006 Ordering (MAY 2011) fill in as (a) 20 April 2015 through 19 April 2016 ; 252.216-7010 Requirements (APR 2014); 252.232-7003- Electronic Submission of Payment Requests (JUN 2012); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.243-7002 Requests for equitable adjustment (MAR 1998); 252.244-7000- Subcontracts for Commercial Items & Commercial Components (JUN 2013); 5152.209-4000 DOD Anti-Terrorism (AT) Standards and 5151.233-4000, HQ AMC - Level Protest Program. Additional applicable provisions are located on the next page. All offers are due no later than 25 January 2015 at 1:00 PM CST. All responsible sources may submit an offer. In accordance with 52.212-1 Instructions to Offerors, paragraph (f), all quotes received AFTER the closing date will be viewed as LATE, and therefore will NOT be considered. Offers may be submitted via email (the preferred method) to the individual below. If there are ANY questions concerning this solicitation, please send the question to the email listed below. Wanda Jobe270-412-2302wanda.f.jobe.civ@mail.mil or Or via mail to the following address: MICC- Fort Campbell ATTN: Ms Wanda Jobe Bldg 6923, 38th & Desert Storm Fort Campbell, KY 42223-5355 SPECIAL PROVISIONS SCHEDULE OF INSURANCE. a. The Contractor shall, at their own expense, provide and maintain during the entire performance period of this contract the minimum types, and amounts of insurance required below: Workmen's Compensation and Employer's Liability$100,000.00 Insurance General Liability Insurance for Bodily Injury Liability Minimum Per Occurrence$500,000.00 Automobile Liability Insurance: Minimum Per Person$200,000.00 Minimum Per Occurrence for Bodily Injury$500,000.00 Minimum Per Occurrence for Property$ 20,000.00 Damage b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed or prescribed and (2) until 30 days after the insurer or the Contracting gives written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause, entitled quote mark Insurance - Work on a Government Installation (FAR 52.228-05), quote mark in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 (GAO) 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mb.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) BASIS FOR CONTRACT AWARD: This source selection will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12.602-Streamlined Evaluation of Offers, FAR Part 13.106-2-, Evaluation of Quotations or offers, and FAR Part 13.5- Test program for Certain Commercial Items. For an offer's submission to be determined quote mark Technically Acceptable quote mark and receive consideration for award based upon lowest price submitted, the offer must receive a rating of quote mark Acceptable quote mark for each technical acceptability standard and past performance factor. The Government will award the contract to the offer that meets all the evaluation criteria with an quote mark Acceptability quote mark rating, and has the lowest price. Trade-offs between cost/price and non-cost/price factors are not permitted. A price analysis of the offers received will be in accordance with the techniques of FAR Part 15.404. As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option period, second option period, third option period, fourth option period, and one-half of the fourth option period. Offerors are required to only price the base and four options. Offerors shall not submit a price for the potential one-half year extension of services period. In the event of an unacceptable past performance evaluation rating for an otherwise technically acceptable low price offeror, the Small Business Administration (SBA) will be contacted for a Certificate of Competency (COC) determination in accordance with procedures in FAR 19.601. In the event an offeror receives a rating of quote mark unacceptable quote mark for both the Technical Acceptability Factor and Past Performance Factor, a COC determination will not be requested as the offeror would remain quote mark Unacceptable quote mark based on the evaluation of the Technical Acceptability Factor. Discussions or Negotiations: In accordance with FAR 52.212-1(g), The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, 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. Award for All of the Work: The Government intends to award one contract as a result of this solicitation. Offers received with less than the stated number of items listed in the Bid Schedule will be considered non- responsive. a. Evaluation Criteria. (1) Evaluation criteria consist of factors and elements as listed below. The offers will be evaluated under three (3) evaluation factors: Factor I: Technical Acceptability Acceptability Standard 1: Experience Acceptability Standard 2: Capability Factor II: Past Performance Within the Past Performance (Quality of Products/ Services, Timeliness of Performance, and Business Relations will be evaluated). Factor III: Price (2) Factor I -Technical Acceptability: The Technical Acceptability Factor evaluation provides an assessment of the offeror's capability to satisfy the Government's minimum requirements. Acceptability Standard: Experience: The offeror demonstrates experience in performing the requirements identified in the PWS. The offeror shall submit a list of recent (within the past 3 years ) and relevant contracts/subcontracts that demonstrate an ability to perform the work described in the solicitation. Specifically, the orders/contracts should demonstrate three years experience in operating a fully functional industrial shredding plant capable of producing aggregate from steel reinforced concrete, concrete block, and asphalt. The Technical Acceptability Factor will receive one (1) of the adjectival ratings defined below. The individual standards will not receive an adjectival rating. Table 1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableOffer clearly meets the minimum requirements of the solicitation. UnacceptableOffer does not clearly meet the minimum requirements of the solicitation. (3) Factor II - Past Performance : The offeror shall submit a list of relevant government and/or private sector contracts and subcontracts it has performed, or is performing, within the past three (3) years. Relevant is defined as same or similar to the proposed effort in size, scope, or complexity (see specific definition below). On-going contracts/subcontracts shall have been performed for a minimum of six months. Offeror shall provide the following information on previous contract awards with Government (local, state, federal), private sector clients, subcontracts and joint/team efforts that are similar in size and scope to those in the PWS. In the event an offeror has no relevant past experience data, offerors are reminded that they may submit the information required for key personnel, major subcontractors, work performed as part of a team or joint venture and other previous forms of its current organization. Experience of the offeror's proposed project manager, other key personnel or subcontractor experience on contracted work similar in scope and effort to this requirement may be considered for those newly formed entities without previous work experience. The intent is to allow firms without prime contract history to provide past experience information. *Contract Number and Date of Award *Name of Customer, Contracting Activity, or Private Company *Contract Type (IDIQ, FFP, CPAF, etc.) *Total Contract Dollar Value, Initial through completion *Period of Performance. *Description of Services *POC (Name, Title, Address, Phone Number, at least two (2) points of contact) *How Work Performed is Relevant to Work Required Under this Contract Percentage of Work Performed by Prime Contractor Quality awards and/or quality certification related to the performance of the contract (a) Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (b) Relevancy Assessment: To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services being procured under this solicitation. A relevancy determination of the offeror's (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror's contract history would give the most confidence that the offeror will satisfy the current procurement. The past performance information provided in the offer and obtained from other sources will be used to establish the relevancy of past performance. The offeror shall list all contracts the offeror and major subcontractors have had terminated for default, in whole or part, and any contract that is in the process of being terminated for default, during the past three years. This information is required for any contract, similar or not to the proposed effort, whether or not on the above list. This factor will be evaluated on the basis of the Offeror's past performance during the past three (3) years. The Government will determine Offeror's risk to the Government as it pertains to past performance of past contracts similar in size, scope, and complexity as the work required under this solicitation. Similar past performance from current or previous contracts will be compared with the scope of work as outlined in the Specifications. The Government has the right to verify information provided under this factor. The Government reserves the right to include or exclude from the evaluation of Past Performance References received more than one calendar day after the date and time scheduled for receipt of proposals. It shall be the offeror's responsibility to conduct prospective references to ensure this office receives questionnaires in a timely manner. The offeror may describe previous performance problems and address corrective action and preventive measures implemented to avoid reoccurrence. The Past Performance Evaluation Team will review past performance information and determine the quality and usefulness as it applies to past performance rating. Assigning Ratings. The Past Performance Factor will be assigned one (1) of the rating defined below. Table 2: Past Performance Evaluation Ratings RatingDescription AcceptableBased 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. UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Offerors 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, may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered acceptable (4) Factor III: Price: The Price factor will not be scored or rated. Evaluation of price will be performed using one or more price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced. (a) Options. Pricing submitted for the Offeror Schedule, will be evaluated for price reasonableness. The Government will evaluate the Offeror's total price, to include the base period, first option period, second option period, third option period, fourth option period, and one-half of the fourth option period, using price analysis techniques (See FAR Clause 52.217-8). Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award. The Government will award a single contract to the offeror whose offer represents the Lowest Price Technically Acceptable offer. (b) Unbalanced Pricing. Unbalanced pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7b84e142785af8c56a8728659a32625)
 
Place of Performance
Address: MICC - Fort Campbell 6923 38th and Desert Storm Ave Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN03672086-W 20150320/150318235506-c7b84e142785af8c56a8728659a32625 (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.