SOLICITATION NOTICE
F -- Cultural Resources Assessment Surveys, JHK, Boydton VA - PWS and Past Peformance Assessment
- Notice Date
- 8/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM16T0038
- Archive Date
- 9/13/2016
- Point of Contact
- Charlenne L. Figgins, Phone: 9102514473
- E-Mail Address
-
charlenne.l.figgins@usace.army.mil
(charlenne.l.figgins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement Past Performance Assessment Sheet 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. The solicitation number is W912PM-16-T-0038 and is issued as a Request for Quotation (RFQ). This is a small business set-aside with an associated NAICS code of 115310. The small business size standard is $7.5 million dollars. This solicitation is for a Firm Fixed Price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. DESCRIPTION: The purpose of this contract is to provide cultural resources assessment surveys related to the Timber Harvesting activities at John H. Kerr Dam and Reservoir (JHK). The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the cultural resources assessment surveys of selected timber harvest areas within the JHK area of potential effect (APE) as defined in this Performance Work Statement (PWS), except for those items specified as Government furnished property and services. ANTICIPATED PERIOD OF PERFORMANCE: 1 October 2016 - 30 September 2017 See attachments for the Performance Work Statement, Past Performance Assessment Sheet and other relevant documents. EVALUATION FACTORS: One firm-fixed price award will be made by the Government. Award will be made to the lowest priced, technically acceptable offeror. Technical Acceptability is defined through three (3) factors: 1. Past Experience - The contractor shall demonstrate experience on a minimum of two same or similar type projects within the past five (5) years. Same or similar type projects are defined as projects involving cultural resource assessment surveys. 2. Key Personnel - The following personnel are considered key personnel: a. Principal Investigator b. Project Manager c. Project Archaeologist To be considered technically acceptable, the offeror shall include documentation (i.e. curriculum vitae) demonstrating that all key personnel meet or exceed the Secretary of Interior's Professional Qualifications Standards as specified in 36 CFR Part 61 and 48 Federal Register 44738-44739. The PI, PM, and Project Archaeologist for the contract shall be, at minimum, an archaeologist at the MA level with at least two years of professional experience in cultural resources management and the administration of multi-disciplinary surveys/excavations within the states of North Carolina and Virginia. The PI shall be responsible for overall supervision of work and services to be performed under this contract, and shall be responsible for the validity of the material presented and reports produced under this contract. The PI and PM may be the same individual. 3. Past Performance - Past performance refers to the quality of recent, relevant project experience. The offeror shall complete and provide a Past Performance Assessment Sheet on no more than three (3) projects total. Projects under this factor must first be deemed relevant before being evaluated for quality. Relevance, as it pertains to past performance information, is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and subcontract/teaming or other comparable attributes of past performance examples and the solicitation requirements; and a measure of the likelihood that the past performance is an indicator of future performance. Recency, as it pertains to past performance information, is a measure of the time that has elapsed since the past performance reference occurred. Recency is generally expressed as a time period during which past performance references are considered relevant. To be deemed recent, projects must have been completed within the past five (5) years. All factors are equally weighted. Each factor will be rated as acceptable or unacceptable in accordance with the table below. Past Performance will also be rated as acceptable or unacceptable. If the contractor has no past performance, a rating of neutral will be given, which equates to acceptable. Past Experience and Key Personnel Rating Adjectival Rating Description Acceptable Proposal meets the requirements of the solicitation. Unacceptable Proposal does not meet the requirements of the solicitation. Past Performance Rating Adjectival Rating Description Acceptable Based 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. Unacceptable Based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Quotes are due no later than 2:00PM Eastern, Monday, August 29, 2016. Submit the following as your Quote: 1. Pricing schedule CLIN 0001 - Cultural Resource Assessment Surveys, Base Year CLIN 0002 - Cultural Resource Assessment Surveys, Option Year 1 2. Past Performance Assessment Sheets 3. Past Experience 4. Key Personnel Service Contract Act Wage Determinations: 2015-4323, Revision -2, Dated 12/29/2015 The Contractor is responsible to refer to the above wage decision. The Government will attach the latest version to the contract upon award. To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items 52.219-1 Alt I, Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-37, Multiple Payment Arrangements 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-16, Responsibility for Supplies 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea 52.000-4028 INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) 52.0201-4001 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at charlenne.l.figgins@usace.army.mil. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 29 August 2016. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY via email at charlenne.l.figgins@usace.army.mil. They may also be submitted via U.S. Mail, courier service, or hand-delivered to the attention of the Charlenne Figgins, 69 Darlington Avenue, Wilmington, NC 28403. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email: charlenne.l.figgins@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2bdb9b6e81971ef826b9ab48cc739135)
- Place of Performance
- Address: John H. Kerr, Boydton, Virginia, 23917, United States
- Zip Code: 23917
- Zip Code: 23917
- Record
- SN04220423-W 20160813/160811235617-2bdb9b6e81971ef826b9ab48cc739135 (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 |