Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOLICITATION NOTICE

N -- Replace Interior and Exterior Lighting Fixtures - Statement of Work

Notice Date
7/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-15-T-0007
 
Archive Date
8/13/2015
 
Point of Contact
Melissa J Grice, Phone: 309-633-5204, Benjamin B. Yeutson, Phone: 3096335707
 
E-Mail Address
melissa.grice@ang.af.mil, benjamin.yeutson@ang.af.mil
(melissa.grice@ang.af.mil, benjamin.yeutson@ang.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
General Requirements Project Drawings SOW Solicitation Number: W91SMC-15-T-0007 Lighting Installation Notice Type: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for Lighting Installation prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation W91SMC-15-T-0007 is being issued as a Request for Proposal (RFP). Responses are requested and additional solicitations or synopses will not be issued. In support of the Small Business Association and DoD Congressionally mandated small business goals, this is a HubZone Small Business set aside announcement. The associated North American Industry Classification System (NAICS) code for this acquisition is 238210 Electrical Contractors and Other Wiring Installation, with a size standard of $15.0 million or less. It is the intention of the Government to award a single firm fixed award to one offeror. The Government reserves the right to enter into discussions if necessary. The 182 Airlift Wing Illinois Air National Guard is soliciting non-personal services to Replace Interior and Exterior Lighting Fixtures. The contractor is to provide all management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to accomplish the work in accordance with the Statement of Work (SOW) dated 17 Jun 15 and Project Drawings. The Government intends to award a single Firm Fixed Price contract to the offeror who offers the best value to the Government. Best value considerations will be based on Performance Price Tradeoff (PPT) procedures. The contract duration shall not exceed 59 days which includes contract administration (i.e. submittals, invoices, etc). ALL OFFERS ARE TO BE IN ACCORDANCE THE REQUIREMENTS OF THIS SOLICITATION. The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Combined Synopsis/Solicitation Process. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. The proposal should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The proposal should be practical, legible, clear, and coherent. The Contracting Officer will award a contract to the responsible Offeror whose submittal conforms to the solicitation/synopsis and offers the lowest price technically acceptable offer. FACTOR 1: COMPANY NARRATIVE SUBMISSION AND EVALUATION REQUIREMENTS: The Government will evaluate the Offeror's narrative on the requirements as described herein. The Business Type/Classification & Firm information narrative shall describe the Offeror's status as a HubZone small business. The narrative shall list the System for Award Management (SAM) registration status (with current date or expiration), DUNS number and Cage Code as well as the NAICS codes as applicable. (A copy of the SAM page can be included as an attachment to this Factor for expedient review but is not required and if included, will not count as to the total page count for this factor.) The narrative shall include all information relevant to the firm as to address and primary office location, address of secondary or sub-contractor offices, telephone numbers, size, required certifications for applicable trades, and any other pertinent information directly related to the nature of the firm being submitted - that is, management-oversight, self-performing, etc. More consideration will be given to those Offeror's who are self performing - that is, the primary business function of the firm is relevant to the SOW of this solicitation/synopsis. Each firm submitting will be evaluated on a Go/No-Go basis for meeting SBA classification status. Priority consideration will be given to those firms who are classified as HubZone Small Business and meet the qualifications as established by the Small Business Administration. Any business not identified by classification in the submittal as a HubZone Small Business will receive a No-Go determination. FACTOR 2: PAST PERFORMANCE/SPECIALIZED EXPERIENCE. SUBMISSION AND EVALUATION REQUIREMENTS: Offerors shall be evaluated on their recent, relevant experience with experience similar in size, scope and complexity to the scope of work for this solicitation. Past performance refers to the extent and quality of recent, relevant experience, from a subjective perspective. Offerors shall be evaluated on similar type services and/or work completed or in progress in the last five years that are same and/or similar in nature to the requirements being solicited. Offerors shall provide their team's recent, relevant experience with work similar in size, scope and complexity to the requirements in the SOW. Each firm will be rated on its own performance; a firm may not solely establish past performance based on the past performance of a proposed subcontractor or firm, apart from that of the firm if the firm was acting in an oversight management type function. The Offeror's past performance will be evaluated to determine technical capability to perform the proposed services described in the SOW. The information presented in the Offeror's submittal, together with that from other sources available to the Government (such as CPARS) will comprise the input for evaluation of this factor. The Offeror shall provide project information on at least three (3) but no more than five (5) completed or current in-progress service type examples (preferably similar service contracts) within the last five (5) years that best represent their experience relevant to the SOW of this solicitation. As a minimum, provide the data as specified in the Past Performance Information (PPI) format shown in the following paragraph as part of the narrative submittal. This is a predominate method of evaluating past performance along with any accompanying narrative for that particular example. COMPANY PAST PERFORMANCE INFORMATION (PPI) NARRATIVE LIGHTING INSTALLATION SERVICES 182 AIRLIFT WING, PEORIA, IL Use this suggested format as a guide per each example submitted. (This information along with the Supplemental Narrative shall be a maximum of two (2) pages.) Firm's Name Accomplishing Work: Type of Work: Location of Work: General Scope of Work: Role (Prime, Joint Venture, Subcontractor, etc.) and Work Your Company Self -Performed (with % performed): Describe Relevancy to this Requirement: Cost (Dollar Value of Effort): Contracting Officer and/or Owner's Point of Contact for Reference: Name: Company: Telephone: The Government will evaluate the Offeror's past performance to determine how relevant it is to the intended services being solicited. Work will be considered relevant to this effort if they are similar in complexity, type, scope, and/or magnitude. More relevant past performance will typically be a stronger predictor of future success and have more influence on the past performance assessment than past performance of lesser relevance. Relevant qualifiers include past governmental service agreements or contracts, experience in line with PWS description, and work in the Peoria, IL area/region. The order of precedence for consideration is as follows: (1) PPI and supplemental narrative with three (3) - five (5) relevant examples to the PWS; rated as highly acceptable; (2) PPI only with three (3) - five (5) relevant examples to the PWS; rated as acceptable; (3) narrative only; rated as marginal; (4) no minimum examples or non-relevant experience will be rated as unacceptable and as such the entire submittal will be rejected as unacceptable. Government type service past performance will be given greater consideration than non-Federal Government past performance. The Government will consider previous experience at the installation for which these services will cover value added strength. FACTOR 3: TECHNICAL CAPABILITIES. SUBMISSION AND EVALUATION REQUIREMENTS: The Government will evaluate the Offeror's narrative on proposed capabilities in terms of Lighting Installation considerations and the Offeror's approach to meeting requirements as described in the SOW. Discuss, by trades, the approach required for all requirements of work, demonstrating the Offeror's understanding of the SOW. Discussions shall also address the firm's capability to perform Lighting Installation services, as applicable. Greater consideration will be given to those Offerors who, as a function of their firm, primarily perform the type of work requirements as described in the SOW for the type of contract being solicited. For example, a solicitation/synopsis for lighting installation would be directed to firms who do electrical work as a primary function of their business or electrical service is one of several major operations within the firm. A firm operating as a management oversight or pass thru type operation is less favorable for the intended contract. The Government will evaluate the capabilities submitted to ensure the Offeror has considered all requirements as listed in the SOW, to include primary trade functions of the proposed firm. The Government will give greater consideration on work performed as a primary or self-performing contractor than as a management or oversight firm with respect to the type of contract being solicited. The order of precedence for consideration is as follows: (1) firm has a primary function as self-performing in the functions of the PWS; rated as highly acceptable; (2) firm performs at least 80% work of the SOW and subcontracts the rest to one specific firm in performance of the SOW; rated as acceptable; (3) firm is a multi-functional firm that performs at least 50% of the work and oversees other contractors in performance of the SOW; rated as marginal; (4) firm operates completely as a pass-thru or management over-sight firm; rated unacceptable - and as such the entire submittal will be rejected as unacceptable. FACTOR 4: PRICE SUBMISSION AND EVALUATION REQUIREMENTS: Include as part of the proposal the proposed price for the work outlined in the SOW and this solicitation. The following provisions and clauses in their latest editions apply to this acquisition: 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.209-6, 52.209-10, 52.212-1, 52.212-2, 52.212-3 ALT I, 52.212-4, 52.212-5, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-50, 52.222-51, 52.223-2, 52.223-5, 52.223-15, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-3, 52.233-4, 52.237-1, 52.237-2, 52.252-2, 52.252-6, 252.201-7000, 252.203-7000, 252.203-7005, 252.204-7004 Alt A, 252.209-7997, 252.223-7006, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7035, 252.225-7036, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.247-7023 Alt III *Note: The full text of a clause/provision may be accessed electronically at this address: http://www.fbo.gov ; Additional FAR clauses within the above clauses, which are applicable, will be incorporated into the the resulting BPA. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fbo.gov. Terms of this solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. All inquiries/questions shall be submitted in writing via email to Melissa.grice@ang.af.mil not later than July 22, 2015 at 1:00pm CST. Answers/clarifications will be provided in writing via an amendment on the www.fbo.gov website. PROPOSALS INCLUDING NARRATIVES, PAST PERFORMANCE INFORMATION AND ALL OTHER DOCUMENTATION REQUIRED WILL BE DUE TO THE 182 Airlift Wing/MSC 2416 S. Falcon Blvd. Peoria, IL 61607 by August 10, 2015 at 1:00 P.M. CST. Email quotes will be accepted by Melissa.grice@ang.af.mil FACSIMILIE OFFERS WILL NOT BE ACCEPTED. Primary Point of Contact is Senior Master Sergeant Melissa J. Grice at (309) 633-5204. Alternate Point of Contact is Master Sergeant Benjamin B. Yeutson at (309) 633-5707 email Benjamin.yeutson@ang.af.mil. **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. LACK OF SAM REGISTRATION SHALL BE A DETERMINING FACTOR FOR BPA AWARD. To register, you may call 1-888-227-2423 or apply via the internet at http://www.sam.gov OFFEROR RECEIVING AWARD WILL BE REQUIRED TO SUBMIT INVOICES ELECTRONICALLY THROUGH WIDE AREA WORKFLOW (WAWF), NO EXCEPTIONS. More information can be found at https://wawf.eb.mil/ DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. All amendments issued as part of this RFP will be posted electronically to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced webpages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-15-T-0007/listing.html)
 
Place of Performance
Address: 182 Airlift Wing, 2416 S. Falcon Blvd., Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN03789309-W 20150710/150708235152-41284ddddc333879f58c3406d3cfbe21 (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.