SOLICITATION NOTICE
S -- Buildings and Ground Services - Sao Tome - Attachment B - Attachment A
- Notice Date
- 6/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-R-15-0622
- Archive Date
- 8/31/2015
- Point of Contact
- Myria Carpenter, Fax: 202-382-7870, Herman Shaw, Fax: 202-382-7870
- E-Mail Address
-
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment A Attachment B (i) 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. (ii)The Solicitation Number BBG50-R-15-0622 is issued as a Request for Proposal (RFP). A contract will be awarded using FAR part 15. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition FAC 2005-82 effective June 8, 2015. (iv)This acquisition is being solicited as Full and Open Competition. The associated NAICS Code for this procurement is: 561720. (v) The Contractor shall provide the following Contract Line Item (CLIN): Building and Grounds Services at its International Broadcasting Bureau (IBB), São Tomé Transmitting Station Facilities, including the onsite three unit housing compound, located on São Tomé Island near the town of São Tomé, in the Democratic Republic of São Tomé e Príncipe, West Africa (vi)The Broadcasting Board of Governors, (BBG) has a requirement for a Contractor to provide Building and Grounds Services at its International Broadcasting Bureau (IBB), São Tomé Transmitting Station Facilities, including the onsite three unit housing compound, located on São Tomé Island near the town of São Tomé, in the Democratic Republic of São Tomé e Príncipe, West Africa as outlined in Attachment B titled “Statement of Work (SOW)”. (vii) The period of performance is a base period from date of award for one year, with an option to extend for one (1) year at the discretion of the Government. The subsequent Option Period and Continuity of Services Clause (if exercised) will follow sequentially for a total contract duration not to exceed twenty-seven (27) months. The place of performance is International Broadcasting Bureau (IBB), São Tomé Transmitting Station, located in São Tome, in the Democratic Republic of São Tomé e Príncipe, West Africa. ( viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Evaluation Internet Web address at: http://acquisition.gov/far/index.html. INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of the attached SF 1449 and Attachment A entitled “Service and Price Schedule” which must be filled out by the interested contractor. The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government’s best interest. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The BBG will award a Commercial Item, Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that is the most advantageous to the Government, based on the Government’s evaluation of each offeror’s technical approach, experience, past performance, and price. The Government intends to make a best value selection. All evaluation factors, other than cost or price, when combined, are significantly more important than price and are listed in descending order of importance. The Government will trade-off among cost or price and technical factors and may accept other than the lowest priced proposal. THE FOLLOWING EVALUATION FACTORS MUST BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL PROPOSALS AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: The Government will award this RFP to the responsible Offeror whose offer conforming to the RFP will be most advantageous to the Government, based on : [1] Technical Proposal with a narrative of the Offeror’s understanding of the requirement and a description of their ability to perform the tasks as stated in the Statement of Work. [2] Detailed information on past performance and [3] Price for each of the CLINs listed in Attachment A of the solicitation. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM. Proposals must also include Contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE SUCCESSFUL OFFEROR MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum in addition to the language contained in Attachment B is as follows: CONTRACTING OFFICER’S REPRESENTATIVE The Contracting Officer will appoint by letter a Contracting Officer’s Representative (COR) who will have the responsibility of ensuring that the work performed by the Contractor conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or in this contract. It is understood and agreed, in particular, that the COR shall not have the authority to make changes to the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or in the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE CONTRACTING OFFICER’S REPRESENTATIVE (COR) TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER; MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED; AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COSTS TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause) CONTRACT ADMINISTRATION The Contractor shall designate below a company official whom the BBG may contact during the period of performance of this contract for prompt contract administration: NAME: TITLE: ADDRESS: E-MAIL: PHONE: FACSIMILE: The Contractor shall also designate below a company official responsible for reviewing performance evaluation entered into the Contractor performance Assessment Reporting System (CPARS). NAME: TITLE: ADDRESS: E-MAIL: PHONE: FACSIMILE: INVOICE SUBMISSION Invoices are authorized to be submitted monthly via email submission. Invoices must be marked original and submitted to the COR’s e-mail address for authorized signature and forwarding to the agency payment division: COR: To be identified at the time of award Note: The BBG intends to change its current invoicing procedures to the Invoice Processing Platform (IPP) system. The Contractor may be required in the future to register and submit invoices through the IPP system. Any costs associated with complying with the invoice change will be at the Contractor’s expense. Please visit https://www.ipp.gov/ for more information. EXERCISING OF OPTIONS UNDER THIS CONTRACT The Government reserves the right to exercise unilaterally the options in the contract subject to the availability of funding. The parties agree that the Government may partially exercise and fund any options in the contract and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause) (End of Addendum to 52.212-4) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct. 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) ; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013); 52.219-8 Utilization of Small Business Concerns (Oct 2014); 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 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 Employee Rights Under the National Labor Relations Act (Dec 2010);52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Please note the following clauses may not be applicable to a foreign offeror: 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013); 52.219-8 Utilization of Small Business Concerns (Oct 2014); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003);52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014); ); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 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); ) and 52. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.237-3 Continuity of Services and 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 two (2) days of the expiration of the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least seven (7) 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 twenty-seven (27) months. (End of Clause) (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Failure to provide any of the above-required information may result in the rejection of your proposal. Questions concerning this solicitation must be submitted in writing and must be received by Myria Carpenter, Contract Specialist no later than 12pm EDST on July 1, 2015 via e-mail at proposalquestionMEDC@bbg.gov. Offerors are cautioned not to direct questions concerning this solicitation to anyone but the Contracts Specialists. No questions will be accepted after the established deadline date. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Fax or oral proposals will not be accepted. Proposals shall be submitted electronically via email to Myria Carpenter at proposalsubmissionMEDC@bbg.gov. All proposals must be received by 12pm EDST on July 15, 2015. Offerors are reminded to submit two separate attachments – a technical proposal and a separate price proposal. Offerors may send one email with both attachments. ALL ATTACHMENTS MUST BE SENT IN “PDF FORMAT” AND THE TOTAL SIZE OF ALL ATTACHMENTS MUST NOT EXCEED 23MB. ALL SUBMISSIONS MUST INCLUDE THE SOLICITATION NUMBER (BBG50-R-15-0622) IN THE SUBJECT LINE. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0622/listing.html)
- Record
- SN03772513-W 20150624/150622235801-daffbab984266bd4fe2f221a1e4348e0 (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 |