SOLICITATION NOTICE
B -- Santee Basin Study
- Notice Date
- 10/21/2016
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R16PS01774
- Response Due
- 11/18/2016
- Archive Date
- 12/3/2016
- Point of Contact
- Rodriguez, Diane
- Small Business Set-Aside
- Total Small Business
- Description
- (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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation No. R16PS00005 is being issued as a request for proposal (RFP). (The RFP and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R16PS01174. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-91. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 238910 - Site Preparation. The small business size standard for NAICS Code 5238910 is $15.5 million. (v) The Bureau of Reclamation, Lower Colorado Regional Office, has a requirement to evaluate site potential for a Managed Aquifer Recharge and Recovery (MARR) System For the Performance Work Statement, please see the attachment posted at FedConnect.net. Contract Line Item Numbers (CLIN): *See attached Contract Price Schedule for CLIN information. Contract Price Schedule must be completed and submitted with proposal. (vi) The Bureau of Reclamation has a requirement for exploratory drilling in accordance with the Performance Work Statement. (vii) All work must be completed within six (6) months from date of award. Acceptance of all deliverables will be at the Southern California Area Office at 27708J Jefferson Ave, Ste 2, Temecula, CA 92590. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. The following addendums are applicable to this RFP. a. Addendum to 52.212-1 Proposal Instructions In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a proposal in accordance with the instructions contained in this provision. Technical Proposal - The technical proposal shall address the following three (3) technical evaluation factors. (1) Technical Approach - (i) Offeror is required to submit a complete and detailed description of the technical approach to be taken to complete the work required in the solicitation. This description include methods for executing the work, work breakdown according to task, personnel and hours to be allotted per task and demonstration a high level of understanding of well drilling. (ii) If the offeror intends to hire and/or utilize subcontractor's to perform any of the tasks, each of the subcontractor's responsibilities must be clearly identified and defined by the prime contractor. In addition, the prime must show in a one (1) page narrative summary that the subcontractor has a thorough understanding of the tasks to be performed and possesses the necessary expertise, knowledge, equipment and experience to perform in accordance with the technical requirements. (iii) Contain detailed explanations of proposed approaches to performing and accomplishing the work, including preliminary design and other information indicating configuration and functions of components as applicable, and a specific outline of the actual tasks proposed to be performed in order to complete the work. Repeating the work statement without elaborating on the specific tasks to be performed is unacceptable; (iv) Contain a specific statement of any problems or major difficulties anticipated in performing or accomplishing the work, an evaluation of the various methods considered for resolution of the problems/difficulties, substantiation of the method(s) selected, principles or techniques which are proposed to solve the problem, and the degree of success expected; (v) In accordance with the work statement, include a proposed project plan which divides the work into severable tasks or phases which indicates for each task or phase the work to be accomplished, start/completion schedule, milestone chart, and labor hours by labor category including the basis for the hour estimates; (vi) Include a discussion of the method(s) and resources to be used in timely preparation and transmittal of reports and submittals required by the solicitation; (2) Experience of Company and Key Personnel - Offeror's technical proposal should clearly demonstrate company's previous work experience within the past five years, field knowledge, and expertise in performing work similar in size, scope and complexity to the tasks described in the performance work statement. Offerors should indicate whether they performed the work they describe as a prime contractor or a subcontractor. All examples of experience provided showing similar and/or relevant projects shall at a minimum include: name of the project; a detailed description of the work / study that was performed; contract number and type; contract period of performance; name and address of the acquiring Government agency or commercial customer; and name(s), email address (s), and telephone number(s) of references from the acquiring agency or customer who may be contacted for further information. The offeror shall submit written evidence of experience with, and successful completion of at least five projects comparable in complexity and scope to the Exploratory Drilling and Testing program, Offerors shall provide a narrative for each of the following areas: a. Experience with the Exploratory Drilling and Testing program, including the installation of production and observation wells required by this performance work statement. Offerors are required to submit a team plan to include a list of key personnel for their proposed project team along with their individual experience, qualifications, education, and background; as well as a work plan to discuss how each key personnel will contribute to the success of the project. Offeror's team should at least include a Project Manager and a California State licensed hydrogeologist/geologist. Team must demonstrate knowledge and experience in drilling and testing, project management, product quality, schedule and budget. Offeror should demonstrate that proposed key personnel have current knowledge, skills, and abilities, including licenses and other professional credentials (e.g., PHD, MS), commensurate with the scope and complexity of the work presented in this solicitation. If personnel are not yet hired or will be subcontracted out, the offeror shall indicate education, background and experience that will be required for the position. (3) Past Performance. The Offeror shall demonstrate satisfactory performance on more than three (3) projects where the work performed was similar in complexity and scope to the Performance Work Statement. Under Past Performance, the Government will evaluate if work was completed on time, within budget and to the satisfaction of the customer. Offeror shall provide project description and contact information for the Government to utilize when performing reference checks. Project description shall include: name of the project, description of the work, contract number and type, contract period of performance, name and address of the acquiring Government agency or commercial customer; initial contract amount and final contract amount; and name(s), email address and telephone number(s) of references from the acquiring agency or customer who will be contacted for further information. The Government will be contacting listed references to document critical elements of past performance to include the demonstration of: (i)overall contract compliance; (ii) timeliness of reports, deliverables, other required submittals and documents (iii) relationship between the Offeror and client/customer; (iv) responsiveness to customer/client's requirements; (v) business integrity; (vi) quality of work; (vii) modifications and change order processing (viii) contract administration (ix) customer satisfaction The Government may also use past performance information obtained from other than the sources identified by the Offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) http://www.fai.gov/FAPIIS/trailer/module.htm will be utilized as well. Offer shall submit a completed Contract Price Schedule with their quotation. All documents are attached to the RFP at www.fedconnect.net. (ix) FAR provision 52.212-2, Evaluation. This requirement will be awarded using best-value trade-off selection. 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. Technical Approach 2. Experience of Company and Key Personnel 3. Past Performance 4. Price Note - All proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards ¿ Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wages Under Executive Order 13658 (xiii) Additional contract requirements include the following clauses and provisions: Provisions - - 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation) - 52.204-07, System for Award Management - 52.204-19, Incorporation by Reference of Representations and Certifications -52.209-07, Information Regarding Responsibility Matters - 52.252-5, Authorized Deviations in Provisions - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification - 1452.222-80, Notice of Applicability ¿ Cooperation with Authorities and Remedies ¿ Child Labor-Bureau of Reclamation - 1452.225-82, Notice of Work Trade Organization Government Procurement Agreement Evaluations-Bureau of Reclamation Clauses - - 52.203-16, Preventing Personal Conflicts of Interests -52.203.17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights - 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) -52.204.13, System for Award Management -52.204-19, Incorporation by Reference of Representations and Certifications - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - 52.252-6Authorized Deviations in Clauses - 1452.201-70, Authorities and Delegations-Department of Interior - 1452.204-70, Release of Claims-Department of Interior - 1452.228-70, Liability Insurance ¿ Department of Interior - 1452.237-80, Security Requirements ¿ Bureau of Reclamation - 1452.223-81, Safety and Health-Bureau of Reclamation - 1452.242-80, Post Award Conference-Bureau of Reclamation - Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - Contractor Performance Assessment Reporting System Clauses and provisions attachment included at https://www.fedconnect.net/ in order to show relevant fill in text, under certain applicable clauses. (xiv) Not Applicable (xv) All questions shall be submitted via email to Diane Rodriguez at DLRodriguez@usbr.gov by no later than Tuesday, November 1, 2016, by no later than 2PM, local time. No additional questions will be accepted after this date. Proposals are due Friday, November 18, 2016 by no later than 3 PM, local time. Responsible offerors are requested to submit a proposal for this requirement. Offers shall be submitted electronically via email to DLRodriguez@usbr.gov. All offerors must include the following with their quotation: 1) Technical Proposal and 2) Completed Contract Price Schedule. All documents are attached to the RFP at www.fedconnect.net. (xvi) The Point of Contact for this solicitation is Ms. Diane Rodriguez. She may be reached via e-mail at DLRodriguez@usbr.gov, or by phone at 702-293-8368. *End of Combined Synopsis/Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/20325e7e62f32c1e00292d63afe3837f)
- Record
- SN04310568-W 20161023/161021234307-20325e7e62f32c1e00292d63afe3837f (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 |