Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

54 -- RF Shield Rooms - Statement of Work

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V18R0033
 
Archive Date
8/28/2018
 
Point of Contact
Maureen Myrthel, Phone: 5706159535
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing location Drawing Duke Drawing CVRJ Drawing CHALS Attachment II SF 1449 Attachment I Statement of Work Combined Synopsis/Solicitation W25G1V-18-R-0033 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, effective 15 June 2018. Request for Proposal (RFP) W25G1V-18-R-0033 applies. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Subpart 13.5 Simplified Acquisition Procedures for Certain Commercial Items. This acquisition is being conducted as a 100% Small Business Set Aside under NAICS code 332311 - Prefabricated Metal Building and Component Manufacturing, employee size standard 750. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure the supply, delivery, assembly, installation and RF Testing of three (3) RF Shield Rooms at Tobyhanna Army Depot (TYAD) in building 1B bay 5 to include One (1) CHALS RF Shield Room, one (1) CVRJ RF Shield Room and one (1) DUKE RF Shield Room. The Contractor shall supply all supervision, labor, equipment, tools, and materials to supply, deliver, place, assemble, install, test and provide on-site training for operator and maintenance personnel for the RF Shield Rooms in accordance with (IAW) Statement of Work (SOW) at Attachment I to this solicitation. Installation of the RF Shield Rooms must be complete no later than November 21, 2018. After installation of the RF Shield Rooms a utility "fit out" will be completed by a separate contractor and completed within 60 days. After completion of the "fit out" the RF contractor will complete RF testing and training. RF Testing and Training shall be complete within 5 days after notice to commence work after completion of the utility "fit out". Any resultant contract shall be Firm, Fixed-Price, one award. Delivery is FOB Destination, Tobyhanna Army Depot. Tobyhanna, PA 18466. PROPOSAL SUBMISSION: The pricing shall be filled out as follows: CLIN 0001: The supply, delivery, assembly, installation, testing and on-site training for operator and maintenance personnel for Quantity 1 Each CHALS RF Shield Room in accordance with the SOW $ _________ (Total for CHALS ROOM) CLIN 0001AA: Payment for Installation of CHALS RF Shield Room $_________ CLIN 0001AB: Payment for RF Testing and Training for CHALS RF Shield Room $__________ CLIN 0002: The supply, delivery, assembly, installation, testing and on-site training for operator and maintenance personnel for Quantity 1 Each CVRJ RF Shield Room in accordance with the SOW $ ___________(Total for CVRJ Room) CLIN 0002AA: Payment for Installation of CVRJ RF Shield Room $__________ CLIN 0002AB: Payment for RF Testing and Training for CVRJ RF Shield Room $___________ CLIN 0003: The supply, delivery, assembly, installation, testing and on-site training for operator and maintenance personnel for Quantity 1 Each DUKE RF Shield Room in accordance with the SOW $ ___________(Total For Duke Room) CLIN 0003AA: Payment for Installation of Duke RF Shield Room $___________ CLIN 0003AB: Payment for RF Testing and Training for Duke RF Shield Room $___________ Payment Terms: Payment will be made upon completion and "general" acceptance of the RF Shield Room installation. Final Payment will be made upon completion of RF Testing and Training. A Site Visit will be held on July 25, 2018 at 9:00 a.m. INSTRUCTIONS FOR SITE VISIT: 1. Interested contractors are urged to arrive at least one hour prior to the commencement of the site visits to register as a visitor and if needed, obtain a camera pass. 2. Reference TOBYHANNA ARMY DEPOT ON-SITE CONTRACTOR WORKFORCE AND VISITOR RESTRICTIONS (JAN 2012) ACC-APG TYD in Section 17 of the SOW. 3. All interested contractors attending the site visit shall first report to the Visitor Control Center Building (VCC) to register. 4. Upon completion of registration, proceed to Building 20, where the site visit tour will commence. Contact either the Contract Specialist Maureen Myrthel at 570-615-9535, Maureen.myrthel.civ@mail.mil or the Technical POC Anthony Shebelock at 570-615-9609, Anthony.P.Shebelock.civ@mail.civ to notify us of your intent to attend the site visit. Offerors interested in attending the site visit will meet the COR and the Contract Specialist at Bldg. 20. ALL INTERESTED OFFERORS ARE STRONGLY ENCOURAGED TO ATTEND THE SITE VISIT FOR THE PURPOSE OF VIEWING THE SITE CONDITIONS. BASIS OF AWARD Award evaluation and basis for award will be performed in accordance with FAR 52.212-2, Evaluation-Commercial Items and will be based on the Lowest Evaluated Price Technically Acceptable (LPTA) offer with Acceptable Past Performance. FAR CLAUSES: 52.212-1 (DEV), Instructions to Offerors -- Commercial, : 52.212-4, Contract Terms and Conditions -- Commercial Item and 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and are included in Attachment II, SF 1449 SEE FAR CLAUSE 52.212-2 EVALUATION OF COMMERICAL ITEMS, FOR EVALUATION FACTORS AND BASIS FOR AWARD. PROPOSAL REQUIREMENTS: To receive an award, the company must have a current and active registration in the System for Award Management (SAM) at https://www.sam.gov with no active exclusions and have no debt subject to offset. Parties interested in responding to RFP shall complete the attached Standard Form (SF) 1449, blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. completed and completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with offer submitted. (See Attachment II SF1449) The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters and FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items), completely filled out. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. Offerors are advised to submit any questions regarding this combined synopsis/solicitation in writing no later than (3 days prior to closing) August 9, 2018, 4:00 PM EST, to the contract specialist via email Maureen.Myrthel.civ@mail.mil. PROPOSAL SUBMISSION REQUIREMENTS A. Signed SF1449 as noted above with pricing and completely filled out full text clauses B. Contractor Technical Proposal C. Three (3) Past Performance References as noted in FAR 52.212-2, Evaluation- Commercial Items D. All Signed Amendments noted above Submit Proposal and supporting documentation referencing Combined Synopsis/Solicitation W25G1V-18-R-0033 by email to: Maureen.Myrthel.civ@mail.mil no later than the date specified for receipt of offers, August 13, 2018 at 4:00 P.M. EST Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. APPLICABLE Federal Acquisition Regulation (FAR), Defense Federal Acquisition Supplement (DFARS) AND LOCAL CLAUSES: See Attachment II SF 1449 for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES Applicable to this combined synopsis/solicitation and any resultant award. DISCUSSIONS The Government intends to award a contract without discussions. Offerors should provide their best, complete proposal upon initial submission. The Government reserves the right to hold discussions if deemed necessary by the Contracting Officer. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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. Award will be based on the Lowest Price Technically Acceptable having Acceptable Past Performance. The following factors shall be used to evaluate offers: (1) Technical. Offeror's technical proposal should clearly reflect how the offeror proposes to comply with the performance required and identified in the Statement of Work. This evaluation will result in a determination of technical acceptability or unacceptability. Exceeding the technical requirements will not result in a more favorable evaluation since the overall technical evaluation will be Acceptable/Unacceptable. Technical factors will include the following: A. Capability of meeting the required minimum specifications of the SOW. B. The Contractor shall provide a statement describing how the requirement will be met for each RF Shield Room characteristic with details for the following: • Enclosure size • Ceiling Support • Number/size of Doors • Floor Weight Limitations • Environmental Overall Conditions • Power Filters Required and Included • LAN and Phone Penetrations and filters included • RF Connector Penetration Panels • Location of wave guide filters for Heating Ventilation & Air Conditioning (HVAC) • Occupancy Indicator • Enclosure Shielding Requirements C. Capability of meeting the SOW Delivery and Installation requirements. D. Capability of meeting the SOW Warranty and Support Requirement. E. Ability to meet the SOW training requirements. G. Offeror must provide a statement that they will perform final RF testing after the electrical, mechanical, fire protection and similar other fit-out activities are completed. The contractor may need to delay time between general acceptance and final acceptance up to 60 days. (2) Price. Offerors are advised to provide the most competitive pricing they can with the initial proposal submission. (3) Past Performance. Past Performance must receive an acceptable rating to be considered for award. Offerors must submit three (3) examples of past performance. The examples shall have been performed within the past three (3) years. Past performance examples will be evaluated for relevance and quality. (a) Relevance is defined as fulfilling the same or similar requirement for the same or similar services under the same or similar circumstances. (b) Quality is evaluated as overall customer satisfaction, including but not limited to: performance of the services/supplies provided; timeliness of delivery; willingness to negotiate and accommodate changes; cost control; processing of warranty claims, performance of maintenance agreements; availability of general customer support (c) Three (3) examples of past performance shall be included in the offeror's proposal. Each example shall have the following information: • Contract or Sales Number • Date of Sale • Services provided • Customer/Agency name • Customer Point of Contract (POC) and position within the Company/agency • Customer POC telephone Number (d) Should the offeror provide more than three (3) examples of past performance, the Government is not obligated to contact more than the first three. Offerors should confirm that the POC telephone numbers are accurate and in service; failure to provide valid telephone numbers does not obligate the Government to further pursue those examples of past performance. (e) 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 unfavorably on past performance. (f) Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. (g) Negative information obtained using past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. (b) Award will be made to lowest evaluated price technically acceptable having acceptable past performance. To receive consideration for award, the Government will make an award to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors and whose offer conforms to all of the terms and conditions set forth in this solicitation. Offerors must be found responsible IAW FAR 9.1. Offerors are advised to provide the most competitive pricing they can with the initial proposal submission as it is anticipated that award may be made without discussions with offerors. (c) 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, shall 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. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17ec805384a8fcbb63bbccdae89b5523)
 
Place of Performance
Address: Tobyhanna Army Depot, 11 Hap Arnold Blvd., Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN04997901-W 20180720/180718231401-17ec805384a8fcbb63bbccdae89b5523 (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  © 1994-2020, Loren Data Corp.