Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
SOLICITATION NOTICE

D -- OHARNG Cable TV Installation & Service - Initial Bid Package

Notice Date
4/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W91364-18-T-0004
 
Archive Date
5/31/2018
 
Point of Contact
Jamison W. Harned, Phone: 6143366667, Joshua S. Huber, Phone: 6143367210
 
E-Mail Address
jamison.w.harned.civ@mail.mil, joshua.s.huber5.mil@mail.mil
(jamison.w.harned.civ@mail.mil, joshua.s.huber5.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation PWS for W91364-18-T-0004, Cable TV Service & Installation for OHARNG. The OHARNG is looking for cable TV service and installation as outlined in the attached PWS. Installation and service will be provided at multiple locations all within Ohio. Services must begin no later than 01MAY2018. Specific information is included in the attached PWS. All questions must be submitted via email. Cut off for questions is 10APR2018. Questions must list the solicitation number in the subject line. Failure to do this may cause a question to go unanswered. A site visit will be conducted on 04 & 05 April, 2018. Times are to be respected. Late arrivals will be accomodated as best we can, but the site visit will adhere to a strict timeline to account for drive time to each site. Locations listed in PWS. Interested vendors must confirm attendence (preferecne via email) 1 day prior (24 hours) to ensure instructions and access rosters can be processed prior to arrival. Confirmation emails can be sent to jamison.w.harned.civ@mail.mil. 11 APR 2018 Location 1: Beightler: 0900 - 1100 Location 2: DSCC: 1200 - 1400 Location 3: Rickenbacker 1430 - 1630 12 APR 2018 Location 4: Springfield 1000 - 1200 Bids must follow solicitation CLIN structure and format. See attachment. It is the Governments intention to award based on lowest-priced technically acceptable (LPTA) basis considering the followign three facotrs: technical, past peforamcne, and price. INSTRUCTIONS: Provide a Technical Proposal NTE 10 Pages consisting of the following: 1. Provide a Project Plan in any approved Critical Path Method (CPM) format with a start date of 01MAY2018. Additionally, provide a brief synopsis describing your technical solution to augment and support the Project Plan to meet the period of performance accordingly. a) The Project Plan should clearly demonstrate a complete understanding of the tasks necessary to provide and install the requested service. Evaluation: Low Price Technically Acceptable (LPTA). The offeror's technical proposal shall be evaluated on an Acceptable/Unacceptable basis. Offerors who rate unacceptable in Technical will be removed from further consideration for award. Price will be evaluated to determine reasonableness of the proposed price. Unreasonable Offers cannot be selected for award. (a) The Project Plan should clearly demonstrate an adequate understanding of the tasks necessary to install and provide the requested service per the PWS. (b) A successful project schedule will provide the Government confidence that the project is structured to be executable for the resources indicated. (c) Each major task is directly traceable to the requirements of the project. The preliminary schedule is task orientated and indicates the dates on which the milestones will be achieved. (d) To be acceptable the schedule must show effective service being provided beginning 01MAY2018. • ACCEPTABLE: Proposal meets the requirements of the solicitation. • UNACCEPTABLE: Proposal does not meet the requirements of the solicitation. (e) Part 2 - Past Performance: The Government will evaluate the quality, timeliness, management and safety of the offeror's past performance considering currency, relevancy, sources, context, and trends on recent (within the last 3 years) projects performed. Also, evaluations available through the Past Performance Information Retrieval System (PPIRS) may be used. Past Performance is being used as an evaluation factor within the LPTA process. Past Performance will be rated on an acceptable or unacceptable basis using the rating in Table A-1. Table A-1. Past Performance Evaluation Ratings 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. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-18-T-0004/listing.html)
 
Place of Performance
Address: Location 1, Ohio National Guard, JFHQ-OH, G6, 2825 W. Dublin Granville Rd., Columbus, OH 43235, Location 2, 73rd Troop Command, Building 930, 8208 S. Perimeter Rd., Columbus, OH 43217, Location 3, Ohio National Guard, Building 2, 3990 East Broad St., Columbus, OH 43213, Location 4, 371ST HSTB, 1120 West Blee Rd., Springfield, OH 45502, Ohio, United States
 
Record
SN04881930-W 20180408/180406231300-ca112c564de48429ca43175abcdc2035 (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.