Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
MODIFICATION

F -- Asbestos Abatement

Notice Date
6/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation 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
W9124815T0008
 
Response Due
6/18/2015
 
Archive Date
8/9/2015
 
Point of Contact
Brad Davis, 2709999999
 
E-Mail Address
MICC - Fort Campbell
(bradford.a.davis.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment 01 is being issued on 10 June 2015 to post Questions and Answers. Solicitation response date of 18 June 2015, 2:00 PM CST remains unchanged. 1. Combined Synopsis/Solicitation for Asbestos Abatement Services 2. Solicitation Number: W91248-15-T-0008 3. Classification Code: F108 - Environmental Systems Protection- Environmental Remediation 4. Set-Side: 100% Set-aside for Service Disabled Veteran Owned Small Business 5. Closing Response Date: 18 June 2015, 2:00 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 W91248-15-T-0008 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81, dated 10 April 2015. This is a 100% service disabled veteran owned small business set aside requirement. The NAICS Code is and 562910, quote mark Remediation Services, quote mark and the small business size standard is 500 Employees. All eligible offerors may submit an offer that will be considered by this agency. The complete Offer Schedule, Performance Work Statement, Wage Determination, and any other associated documents can be located at the end of this FedBizOpps announcement under Additional Documentation. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and services necessary to perform Asbestos Abatement Services as listed in the attached 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. Offerors shall complete all line items listed on the offer schedule in order to be considered for award. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (d), (e), (h), and (i) are deleted. This provision is amended to incorporate the following: 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 52.204-7 System for Award Management; 52.216-1 Type of Contract (Fill-in information with Fixed Price). The successful offer must be registered on the System For Award Management (SAM). Offerors shall include their CAGE Code, DUNS, and TIN with their quote. The provision at 52.212-2 Evaluation - Commercial Items, is applicable; evaluation factors are Technical Acceptability, Past Performance, and Price. To be considered Technically Acceptable, the offeror must receive a quote mark Technically Acceptable quote mark rating 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 located at the end of this document. The provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable 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 clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.203-3 Gratuities; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-13 System for Award Management Maintenance; 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance -- Work on a Government Installation; 52.232-23 Assignment of Claims; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable: 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-14 Service Contract Reporting Requirements; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-16 Liquidated Damages-Subcontracting Plan; 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; 52.219-28 Post-Award Small Business Representation; 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; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Employment for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-41 Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires (Fill-in information with 30090, Environmental Technician, $23.02 (Monetary Wage) + $4.02 (Fringe Benefit) = $27.04); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts); 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. The following FAR clauses are also applicable to this solicitation: 52.216-19 Order Limitations (Fill-in information with (a) $3,000.00, (b)(1) $250,000.00, (b)(2) $250,000.00, (b)(3) 30, (d) 3; 52.217-5 Evaluation of Options; 52.217-8 Option to Extended Services (Fill-in information with 30 days ); 52.217-9 Option to Extend the Term of the Contract (Fill-in information with 60 days, within the current Period of Performance). The following DFARS provisions and clauses are applicable to this solicitation: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A System for Award Management; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.216-7006 Ordering (Fill-in information with Current Performance Period Start Date, Current Performance Period End Date) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts for Commercial Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 Transportation of Supplies by Sea. The following provisions are applicable to this solicitation: 5152.233-4000AMC-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.mbx.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 Provision); SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 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 Damage $ 20,000.00 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 (2) until 30 days after the insurer or the Contractor give 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 52.228-5), quote mark in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above.; Wage Determination 05-2187, Revision 15, dated 22 December 2014, is applicable to this procurement. BASIS FOR CONTRACT AWARD: Source selection for this procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12.602, quote mark Streamlined Evaluation of Offers, quote mark and FAR Part 13.106-2, quote mark Evaluation of Quotations or offers. quote mark 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 both Technical Acceptability and Past Performance. The Government will award the contract to the offeror 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 will not be permitted. 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. Offerors shall not submit a price for the potential six month extension of services period. 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. 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. 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: The offeror's initial offer should contain its best terms from a price and technical standpoint. Discussions, if any, will be conducted in accordance with FAR 12.602 and final offers will be evaluated in accordance with factors as were initial offers. 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 and therefore, not considered for award. Evaluation Criteria. (1)Evaluation criteria consist of factors and elements as listed below. Offers will be evaluated under three (3) evaluation factors: Factor I: Technical Acceptability 1.Acceptability Standard 1: Experience 2.Acceptability Standard 2: Capability Factor II: Past Performance Performance evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. In evaluating Past Performance, Quality of 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 1: Experience: The offeror demonstrates experience in providing Asbestos Abatement Services. The offeror shall submit a list of recent (within the past 5 years) and relevant contracts/subcontracts that demonstrate an ability to perform the work described in the Performance Work Statement. Acceptability Standard 2: Capability: Offeror shall provide official documentation to support the certification, licenses, or training to confirm qualifications/experience as outlined in the Performance Work Statement, paragraph C.1.7.1 and C.5.7.10. 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 recent and relevant past contracts/subcontracts as defined below. The past performance evaluation will assess the offeror's probability of meeting the solicitation's requirements as indicated by that offeror's record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the offeror's recent past performance and focusing on past performance that is relevant to the services being procured under this solicitation. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's submission and data obtained from other sources, such as the Contractor Past Performance Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists. There is no minimum or maximum number of references required; however, the offeror shall submit sufficient past performance information to demonstrate the depth and breadth to successfully satisfy all areas of the proposed effort. It is incumbent upon the contractor to present the past performance information in such a manner and in sufficient detail to ensure the Government clearly understands the information provided. 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 Each offeror will receive a past performance rating of acceptable or unacceptable based on the Offeror's recent past performance, focusing on performance that is relevant to the contract requirements. 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 five (5) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. 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. Past Performance Information will be reviewed to determine the quality and usefulness as it applies to past performance rating. The Past Performance Factor will receive one (1) of the adjectival ratings 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. 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. 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. Offers are due no later than 18 June 2015; 2:00 PM CST. All questions shall be submitted not later than 10 June 2015; 2:00 PM CST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to bradford.a.davis.civ@mail.mil or via mail to MICC - Fort Campbell, ATTN: Brad Davis, Contract Specialist, 6923 38th and Desert Storm Ave, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is Mr Brad Davis, 270.798.7200, bradford.a.davis.civ@mail.mil, or Mr Kevin Day, 270.798.7854, kevin.j.day.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fac73cec5d020e8134d08c9acc862d6a)
 
Place of Performance
Address: MICC - Fort Campbell 6923 38th and Desert Storm Avenue Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN03759259-W 20150612/150610234902-fac73cec5d020e8134d08c9acc862d6a (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.