Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
MODIFICATION

30 -- Maintenance on the BBG UPS Power Supply System

Notice Date
8/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
335912 — Primary Battery Manufacturing
 
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-S-15-00022
 
Archive Date
9/3/2015
 
Point of Contact
Seneca B. Belinfontie, Phone: 2022034944, Herman Shaw, Phone: 202-382-7856
 
E-Mail Address
sbelinfo@voanews.com, hshaw@bbg.gov
(sbelinfo@voanews.com, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is hereby extended once again through August 19, 2015 at 12:00 p.m. EST. All other aspects of this solicitation shall remain the same. Maintenance on the BBG UPS POWER SUPPLY SYSTEM Combined Synopsis/Solicitation BBG50-S-15-00022 (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-S-15-00022 is issued as a Request for Proposal (RFP) and a contract will be issued using simplified acquisitions procedures, Sub Part 13 and 52.212-4, Contract Terms and Conditions - Commercial Items. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-072 dated July 2, 2015. (iv) The Contracting Officer (CO) has found and determined that the nature of the services to be provided is appropriate for a full & open procurement. This is a 100% total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 335912 WITH A SMALL BUSINESS SIZE STANDARD OF $ 7.0 M. (v) The Contractor shall provide the following: BBG'S INFORMATIONAL NEEDS The Broadcasting Board of Governors (BBG) has a requirement for a contractor to schedule maintenance to replace expired batteries in the UPS electrical center. Supply and install 280 batteries for the Uninterruptible Power Supply System (UPS). Dispose of old batteries per EPA guidelines. Safe Work Practices: Minimum requirements - The contractor shall lock out, tag out electrical systems and use the required personal protective gear (ppe). The contractor shall properly dispose of old batteries per EPA guidelines. (See Statement of Work for more details). (vi) 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 internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. (vii) Work can begin upon the issue of a contract. The Government will award a Commercial Item, Firm-Fixed Order resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical, price and past performance in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: Qualifications Pricing Past Performance Best Value is defined as the expected outcome of an acquisition that, in the government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial quote submissions so the offeror should submit its best terms in the initial quote. The government may also determine to make no award. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorable on past performance, and In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with its offer. To ensure consideration for the intended solicitation, PLEASE include the solicitation title and number on your proposal BBG50-S-15-00022. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation sub factors, when combined, are significantly more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Sub factors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references for similar contracts. The technical evaluation sub factors in descending order of importance are compliance with the technical requirements specified herein and ability to deliver on or before the stated PoP requirement. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to the clause. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]; FAR Clause 52.217-8 Extend Term of Contract. (xiii) The Offeror shall note an award will be made based on Firm-fixed Price and review of the Technical Capabilities, Experience and Pricing, Client will assess the following in determining award. Proposals shall be priced on a firm-fixed price for the full databases containing the above reference information in electronic form, accessible via internet. The Contractor's proposed prices shall include wages; overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) The deadline for Questions is COB on August 13, 2015. Amendment with Questions & Answers expected to be posted by COB on August 14, 2015. Offerors shall submit a Price Proposal that states the Offeror's proposed firm-fixed-price for the Statement of Work attached. Proposals are due by 2:00 p.m. EST on August 17, 2015 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts, suite 4360, Cohen Building, 330 Independence Ave., S.W., Washington, DC 20237, Attention: Ms. Seneca Belinfontie. If emailing proposal, please send to Request-for-Proposals@voanews.com and follow-up with a phone call to Ms. Seneca Belinfontie @ (202) 203-4944 to confirm receipt. (xvi) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contract Specialist, Ms. Seneca Belinfontie, at (202) 203-4944, or via e-mail at Request-for-Proposals@voanews.com. Any Offeror may submit an offer, which shall be considered by the Broadcasting Board of Governors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-S-15-00022/listing.html)
 
Place of Performance
Address: Office of Technology, Services & Innovation T/RF, Cohen Building, 330 Independence Ave., S.W., Room 4621B, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03841412-W 20150819/150817234807-a858d38d931a9355301f116033a7a6be (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.