Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

J -- Cryo Plant Repair - Statement of Work - Past Performance questionaire - Wage Determination

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-16-Q-M019
 
Archive Date
4/24/2016
 
Point of Contact
Adam R. Thibeault, Phone: 6713662355
 
E-Mail Address
adam.thibeault.1@us.af.mil
(adam.thibeault.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Current WD Must be filled out by personnel for whom past performance was performed Services to be provided 10 March 2016 MEMORANDUM TO ALL INTERESTED PARTIES FROM: 36 CONS/LGCB SUBJECT: FY16 Cryo Plant Repair (ColdBox Recovery) 1. 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. 2. FA5240-16-Q-M019 for Cryo Plant Repair (ColdBox Recovery) is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-86. This solicitation is being issued full and open under the 811310 NAICS Code, with a small business size standard of $7.5MIL. 4. The government request quotes for the following items; CLIN DESCRIPTION QTY 0001 Materials and components required to complete the recovery of the Air Separation Unit (see attached SOW for break-out). 1 CLIN DESCRIPTION QTY 0002 Labor and Travel cost for 3 personnel to complete the repairs/installation. 1 CLIN DESCRIPTION QTY 0003 Shipping Cost to ship materials to Guam in advance of repairs to be performed. 1 Please Be sure when making quotation to break out all cost under the three line items indicated above. *Also see attached Statement of Work, Wage Determination and Evalaution Survey 5. The government requests that all services be completed within 90 ADC at Andersen AFB. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. 6. FAR 52.212-1 Instruction of Offerors -- Commercial applies to this acquisition. Addenda to FAR 52.212-1 Instructions to Offerors - Commercial Items (April 2014) (a) Paragraphs 52.212-1(b), "Submission of offers," and 52.212-1(f), "Late submissions, modifications, revisions, and withdrawals of offers," are deleted in their entirety and replaced with 52.215-1(c), "Submission, modification, revision, and withdrawal of proposals," by reference. (b) Paragraph 52.212-1(c), "Period for Acceptance of Offers," is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." (c) The following is inserted as new paragraph (m) of the provision: "(m) Proposal Preparation Instructions. A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of four (4) separate parts; Part I - Summary and Miscellaneous Data, Part II - Price Proposal, and Part IV - Past Performance Proposal. B. Specific Instructions: 1. PART I - SUMMARY AND MISCELLANEOUS DATA. Submit 1 copy. (a) The offeror shall provide a concise summary and master table of contents of the entire proposal. (b) Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at www.sam.gov. Return the provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the offeror is required to submit the pages that require an offeror fill-in. (d) Submit an acknowledgment of the all solicitation amendments, if issued. (e) If applicable, provide a copy of the letter from the Small Business Administration (SBA) showing proof of Section 8(a) status. (f) If none proposed, submit an Affirmation of no Exceptions, Deviations, or Waivers. 2. PART II - PRICE PROPOSAL - Submit 1 copy. (a) This Part shall contain a completed Schedule of Supplies/Services. (b) Insert proposed unit price(s) and extended amount(s) in the Schedule of Supplies/Services for each Contract Line Item Number (CLIN) or Sub CLIN (SCLIN), including all option periods. The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct; particular care should be taken to ensure the amounts match when using the EXCEL program and the rounding of figures, limited to two decimal places. c) Extreme care should be exercised to ensure that no price data of any kind are included in any other Part of the proposal. 4. PART IV - PAST PERFORMANCE PROPOSAL - Limited to no more than 3 pages per contract listed. Only references for past efforts/contracts of relevance are desired. Submit 1 copy. (a) Quality and Satisfaction Rating of Contracts: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) that demonstrates customer satisfaction with overall job performance and/or quality of completed and/or ongoing contracts. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems, such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Performance Surveys/Questionnaires: Past Performance Questionnaires (PPQs) shall be used by the offeror in obtaining and providing past performance information. THE RESPONSIBILITY TO SEND OUT THE PAST PERFORMANCE QUESTIONNAIRE RESTS SOLELY WITH THE OFFEROR. Once the questionnaires are completed by the POCs, the information contained therein will be considered source selection sensitive and will not be released outside the government. PPQs shall be sent marked to the attention of SrA Adam Thibeault, via e-mail to [adam.thibeault.1@us.af.mil] (c) Past Performance Information: Provide a list of no more than three (03), of the most relevant contracts performed for any customer. Furnish the following information for each contract listed: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (iv) Contract Dollar Value (v) Period of Performance (vi) Verified, up-to-date name, mailing and e-mail addresses, and telephone number of the contracting officer (Point-of-Contact) (vii) Comments regarding compliance with contract terms and conditions (viii) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. Include rationale supporting your assertion of relevance and identify aspects of the contracts deemed relevant and how they relate to the proposed effort. If an offeror has no past performance history of relevance, the offeror must affirmatively state it possesses no past performance history of relevance. (d) The evaluation of past performance information will/ take into account past performance regarding (i) predecessor companies, (ii) will take into account past performance of key personnel who have relevant experience, and/or (iii) will take into account past performance regarding subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this acquisition. (e) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past contracts of relevance. (f) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from each subcontractor that will perform major or critical aspects of the requirement, consenting to the release of its past performance information to the prime contractor. C. Documents submitted in response to this RFP must be consistent with the following: 1. Requirements of the solicitation (CLINs and PWS) and government standards and regulations pertaining to the PWS. 2. FAR 52.212-2, Evaluation - Commercial Items, of this solicitation. 3. If a Part in a proposal exceeds the specified page limit cited in the Part Content, the excessive pages will not be evaluated. 4. Format for proposal Parts I shall be as follows: (a) Each written Part of the proposal shall be separately bound and labeled in standard three ring loose-leaf binders and clearly identified on the front and side. Each Part shall contain a Table of Contents, Cross References, and the List of Tables and Drawings (if applicable). Cover pages, Table of Contents, and Tabs will not be counted against the page limits. However, pages depicting tables, charts, graphs and figures will count toward the page limit. The number of copies of each part is specified in paragraph B, Specific Instructions, above. (b) The proposals will be on 8 1/2" x 11" paper, except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17". (c) A page is defined as one face of a sheet of paper containing information. Two pages may be printed on one sheet of paper. (d) All printing shall be single-spaced. Spacing characteristics are applicable to charts and graphs. (e) Typing shall not be less than 10 pitch. Size of print is applicable to charts and graphs. (f) Page margins shall be a minimum of 1 inch top, bottom, and each side. (g) In addition to the paper copies specified for each Part, one electronic copy of each Part of the entire offer must be submitted. The electronic version of the proposal shall be submitted in a format readable by Microsoft Office 2007 which includes software programs such as WORD, EXCEL, or PowerPoint. For those pages of the proposal that cannot be submitted using Microsoft Office, offerors shall include those pages electronically using Adobe Acrobat portable document files (.pdf) format. The Price Part shall be submitted in spreadsheet format, such as EXCEL, and MS WORD for price narrative. (h) Offerors can also submit electronic copies of proposals via e-mail. By submitting an electronic copy, offerors assume all risk of proposals not getting through security measures and firewalls. Only files created using Microsoft WORD, Microsoft EXCEL, and/or Adobe.pdf files will be accepted. No zip files will be accepted. If submitting proposals electronically, email the file(s) by the solicitation closing date and time to the following email address: adam.thibeault.1@us.af.mil. (i) Each Part shall be complete in itself and shall not reference information contained in other Parts. Page 1 of a Part is defined as the first page after the Table of Contents. All pages shall be numbered. (j) Price data of any kind shall be presented only in the Price Proposal Part. (k) Elaborate formats, bindings, and color presentations are not desired or required. D. General Information: 4. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day 1 January Birthday of Martin Luther King Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December 5. JOINT VENTURE AGREEMENTS. Joint Ventures are allowable on competitive 8(a) set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS." (End of Addenda) 7. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price (2) Past Performance (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, will result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 8. Addendum to FAR 52.212-2, Evaluation - Commercial Items The following is inserted as new paragraph (d) of the provision: "(d) BASIS FOR CONTRACT AWARD: This is a competitive Limited Tradeoff (LTO) best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and Air Force FAR Supplement (AFFARS) Mandatory Procedure (MP) 5315.3 in which competing offerors' past performance information will be evaluated on a basis approximately equal to price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All responsive offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined unacceptable. The government reserves the right to award a contract to other than the lowest Price, if the difference in the Past Performance Confidence Rating of another offeror justifies the higher price premium. In that event, the Source Selection Authority will make an integrated assessment best value award decision using Price and the Past Performance Confidence Rating. The evaluation process will include the following: (1) Price Evaluation Factor. The government will rank all offers by price, including all option prices. The price evaluation will document the fairness and reasonableness of the total price. The government reserves the right to perform price realism analysis. (2) Past Performance Factor. The government will evaluate recent and relevant performance information on all offerors based on (i) the references provided by the offeror, and (ii) any past performance information obtained from survey/questionnaires (Attachment X), and (iii) any data independently obtained by the government. If a reference identified by the offeror in accordance with FAR 52.212-1(m)B.4(c), does not submit a survey/questionnaire, the government will follow up with the reference POC, but it is not responsible for the failure of a reference POC to provide a survey/questionnaire. Past performance regarding predecessor companies of the offeror and/or subcontractors, key personnel, and subcontractors that will perform major aspects of the Cryogenic Plant Repair requirement, if applicable (see FAR 52.212-1(m)B.4(d)), will not be rated as highly as past performance information for the principal offeror. (A) Recent past performance information includes contracts performed and/or being performed for any customer within the last three (3) years from the issuance date of the solicitation. (B) Relevant contracts performance effort involved similar scope, magnitude of effort, and complexities to that required by this solicitation. The government will assess relevancy for each contract and assign a rating as described in Table 2 below: Past Performance Relevancy Ratings Rating Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities as the effort this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. (C) Performance Quality Assessment: For each of the recent past performance information reviewed, the performance quality of work will be assessed based on the Quality Assessment Criteria referenced in the attached Evaluation Survey. (D) The purpose of the past performance evaluation is to assess the degree of confidence the Government has in the offeror's ability to meet the solicitation requirements based on the offeror's demonstrated record of performance. The assessment process will result in an offeror's overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence. Offerors with no recent past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned will receive the rating "Unknown Confidence," meaning the offeror is treated neither favorably nor unfavorably (neutral). As a result of the relevancy and performance quality assessments, offerors will receive an integrated past performance confidence assessment rating as described in Table 3 below: TABLE 3. Past Performance Confidence Assessment Ratings Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's recent/relevant performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's recent/relevant performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's recent/relevant performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's recent/relevant performance record, the government has no expectation that the offeror will successfully perform the required effort. UNKNOWN CONFIDENCE No recent/relevant performance is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Note: In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. (5) Integrated Assessment. In order to be considered for award, the offeror's proposal must be rated as "Acceptable." The government reserves the right to award a contract to other than the lowest price offer if the difference in the Past Performance Confidence Rating of another offeror justifies the higher price premium. In that event, the Source Selection Authority will make an integrated assessment best value award decision using the Price and the Past Performance Confidence Rating." 9. FAR 52.212-3 Offeror Representations and Certifications -- applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 10. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) applies to this acquisition. 11. Additional provisions and clauses that apply to this acquisition are: FAR 52.222-41, Service Contract Act of 1965; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman; FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 12. A site visit will be scheduled for 18 March 2016. If you would like to attend please coordinate (RSVP) with SrA Adam R.Thibeault at 671-366-2355 or adam.thibeault.1@us.af.mil NLT 18 March 2016 at 0800 Chamorro Standard Time. Any Requests for Information (RFI) are also due back by this deadline (21 March 2016). 13. Quotes are due back to the government NO LATER THAN 10 April 2016 at 0800 Chamorro Standard Time. If you have any further questions or need any further assistance please feel free to contact SrA Adam R.Thibeault at 671-366-2355 or adam.thibeault.1@us.af.mil. JESSE J. SCHWARZTRAUBER Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-16-Q-M019/listing.html)
 
Place of Performance
Address: Andersen AFB, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN04047445-W 20160312/160311000853-0ed4cb8650ea6c8a14ac10a0a133a2bd (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.