Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

T -- Design, Fabrication, and Delivery of Outdoor Inter

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
140R3018Q0211
 
Response Due
9/11/2018
 
Archive Date
9/26/2018
 
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. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. 140R3018Q0211) is being issued subsequent to this combined solicitation/synopsis. The RFQ 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" 140R3018Q0211. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-99-1. (iv) This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is: 541430 - Graphic Design Services. The small business size standard for NAICS Code 541430 is $7.5M. (v) Contract Line Item Numbers (CLINs) are as follows: CLIN 0010 - AZ Trail Interpretative and Wayfinding Panels in accordance with Attachment 1 - Scope of Work, to include delivery in pricing. Wayfinding panels total quantity-32; Interpretative panels - total quantity - 46; and Trail Access Information Panels - total quantity - 6 CLIN 0020 - Admin Bldg Interpretative Panels in accordance with Attachment 1 - Scope of Work, to include delivery in pricing. Quantity 2. CLIN 0030 - Quagga Mussel Interpretative Panels in accordance with Attachment 1 - Scope of Work, to include delivery in pricing. Quantity 2 Interpretative panels and 3 Information Signs CLIN 0040 - Optional Line - Additional Quagga Mussel Interpretative Panels. Quantity 1 CLIN 0050 - Optional Line - Additional ESA Fish Interpretative Panels. Quantity 1 See attached Scope of Work. The Scope of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number 140R3018Q0211). (vi) The Bureau of Reclamation has a requirement for a contractor to design, fabricate and deliver interpretative and wayfinding panels in accordance with Attachment 1 - Statement of Work. (vii) Delivery shall be 570 days after receipt of order and FOB Destination. All items shall be delivered in accordance with the directions specified in Attachment 1 - Statement of Work. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. - Addendum to 52.212-1, Instructions to Offeror - Commercial Items In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision. 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. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part 1 - Price Proposal, Part II - Technical Proposal, and Part III - Past Performance. B. The Contracting Officer is the Government's sole point of contact for this acquisition. Address any questions or concerns you may have to the Contracting Officer. Written requests for clarification may be sent to the Contracting Officer. The Government reserves the right to revise or amend the specifications, drawings, or the solicitation prior to the proposal closing time. Such revisions or amendments will be communicated by amendments to the Request for Proposal (RFP) and posted in Federal Business Opportunities website (www.FBO.gov). If such amendments require material changes in quantities or prices, the proposal closing date may be postponed by enough days to enable offerors to revise their proposals. In such cases, the amendment will include an announcement of the new closing date and time. Offerors MUST acknowledge all amendments in their proposal by providing signed copies of the amendments with their proposal, or by separate letter which includes a reference to the solicitation and amendment numbers. If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the offeror is asking the Contracting Officer to consider as related to the omission or error. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. This reservation includes matters of additional or substitute pages of the initial proposal. C. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Office will review this determination and if, in the Contracting Officer's opinion, adequate price competition exist no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness and affordability of the price. D. Documents submitted in response to this RFP must be fully responsive to and consistent with the following: 1.Requirements of the RFP (CLINs & SOW) and government standards and regulations pertaining to the SOW. 2.Evaluation Factors for Award in section, 52.212-2 Evaluation - Commercial Items of this RFP. 3.Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this section, will not be read or evaluated, and will be removed from the proposal. 4.Proposals must be mailed or hand-delivered to the address below by the date and time specified on the RFP. Submissions by fax and/or e-mail will NOT be permitted. All responses shall be clearly marked on the outside package with the Solicitation No. 140R3018Q0211 and **TO BE OPENED BY ADDRESSEE ONLY**. Proposals shall be sent to: Using 3rd party Postal Carriers (i.e. Fed-Ex, UPS) Bureau of Reclamation, Lower Colorado Region ATTN: Diane Rodriguez, Contract Specialist 500 Date Street, Bldg 900 Boulder City, NV 89005 Using US Postal Service Bureau of Reclamation, Lower Colorado Region ATTN: Diane Rodriguez, Contract Specialist (LC-10203) P.O. Box 61470 Boulder City, NV 89006 Hand delivered Bureau of Reclamation, Lower Colorado Region ATTN: Diane Rodriguez, Contract Specialist 500 Date Street, Bldg 14000 Boulder City, NV 89005 5.Documentation requirements shall be as follows: a. The proposal will be 8 ½" x 11" paper. b. A page is defined as one single sided, double-spaced sheet of paper containing information. c. All reference(s) to company name or company identification shall be removed from the Technical Proposal. 6. Typing shall be Times New Roman Font, size 12. 7. Do not submit proposals in 3 ring binders. 8. Offer Acceptance Period: Offerors must agree to hold the proposal prices in response to this solicitation as "firm" for 120 days after the date on the proposal. 9. Potential offers are reminded they must: Be registered in the System for Award Management (SAM) at www.sam.gov with a current registration to be eligible for award; ensure that all representations and certifications are completed in SAM for the applicable FAR provisions; and submit representations and certifications information with the proposal to the Contracting Officer if applicable. E. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit 2 paper copies (original, plus 1 copy). a. Complete SF 1449 blocks 12, Discount Terms; 17a Contractor Name, Address, Cage Code, Telephone No., Fax No.; 30a Signature of Offeror/Contractor; 30b., Name and Title of Signer; 30c. Date Signed, and applicable Reps and Certs. In doing so, the offeror accedes to the contract terms and conditions as written in the RFP. b. Insert proposed unit and extended prices in the Schedule for each Contract Line Item Number (CLIN). c. Complete all the necessary fill-ins in the SF 1449. 2. PART II - TECHNICAL PROPOSAL - Submit 4 paper copies (original, plus 3 copies). a. Page Limits. Limited to no more than 15 pages. b. Provide information regarding proposed team member's qualifications and experience performing on projects similar in scope and complexity. These team members must be the persons performing the work on this project and should include the project manager, artist/illustrator/graphic designer, text writer and include any professional certificates (NIA, CP, etc.) c. Provide production proofs or pictures of at least two to three (2 to 3) interpretive panels project completed within the past 3 years by the offeror. Pictures or production proofs will be of sufficient quality to show the offeror ¿s use of design and layout principles and the integration of color, art work or illustration, texture, line, shape, text type, and other visual elements. Examples that are submitted should illustrate designs sensitive to the needs of diverse age, nationality and impairment populations as well as the creative use of messages that engage all visitors. Photos should be submitted that show frame details and subsequent quality. d. Provide sample work by the graphics designer working on this project of artwork and/or illustrations that are scientifically accurate, detailed, and correct. e. Provide sample text composed by person or persons writing the text on this project. Examples of the text writer's work showing minimal verbiage, creativity, quality and appropriate comprehension level to a wide-ranging audience in the integration of text and interpretive design principles. f. Show experience producing interpretive panels that are durable and perform well in the outdoor environment. 3. PART III - PAST PERFORMANCE INFORMATION - Submit 2 paper copies (original, plus 1 copy). Page limits and Contract Submission Limits. a. Page Limits. Limited to no more than 6 pages per contract submitted. b. Contract Submission Limits. Provide no more than three (3) contracts that are current, recent and relevant to demonstrate the offerors ability to design and manufacture interpretive panels, to include at least one contract that demonstrates the offerors ability to design and manufacture bi-lingual interpretive panels in English/Spanish in Southwest Dialect for the prime contractor and no more than two (2) per subcontractor. i. Offeror shall clearly demonstrate previous work experience, and interpretive experience such as NIA, CP, etc., field knowledge and expertise in performing work in a similar setting, in scope and magnitude to the tasks described in the SOW. Offerors are required to thoroughly explain what aspects of the contracts are relevant to the proposed interpretive panel requirement. Specifically relate them to sections and paragraphs with the SOW. Offerors should indicate whether they performed the work they described 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 performance; name and address of the acquiring Government agency or commercial customer; and name(s) and telephone number(s) of references from the acquiring agency or customer who may be contacted for further information. ii. Contracts/references shall include the point of contact's name, address, phone number, e-mail address, relationship with your company, and contract number associated with the work performed. iii. Offerors are required to thoroughly explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as exceeded performance periods. c. Subcontractor Consents. Past Performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Contractors must provide, with the proposal, a signed letter of consent from all subcontractors consenting to the release of their past performance information to the prime contractor. -52.204-16, Commercial and Government Entity Code Reporting - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representative and Certification - 52.252-1, Solicitation Provisions Incorporated by Reference - 1452.215-71, Use and Disclosure of Proposal Information Department of Interior - 1452.222-80, Notice of Applicability Cooperation with Authorities and Remedies Child Labor Bureau of Reclamation - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations Bureau of Reclamation (ix) FAR Clause 52.212-2, Evaluation-Commercial Items (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) TECHNICAL (3) PAST PERFORMANCE Technical and past performance, when combined, are equal to price when being evaluated. Technical factor is acceptable/unacceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. ADDENDUM TO 52.212-2 BASIS FOR CONTRACT AWARD: This is a competitive solicitation IAW FAR 13.1. Offers will be evaluated based on the best value to the government. The evaluation process shall proceed as follows: A. PRICE EVALUATION: Initially offers shall be ranked from lowest to highest according to the total evaluated price (TEP). TEP is the total price of all CLINs including any options. The Government will evaluate offers for award purposes by adding the totals for CLINs 0010 - 0040 for the total price. All CLIN prices will be evaluated and determined to be fair and reasonable IAW FAR 13.106-3. Any offeror with CLIN prices found to be unreasonable may not be considered for award. B. TECHNICAL: Next, the Government will evaluate the technical proposal, on an acceptable or unacceptable basis, submitted by the lowest total evaluated price ranked offeror found to have fair and reasonable priced CLIN prices. The offerors technical proposal will be evaluated to ensure it meets the criteria set forth in the SOW, specifically (1) the ability to design bi-lingual interpretive panels in English and Spanish with a Southwest Dialect, (2) show experience manufacturing interpretive panels that are durable and perform well in the outdoor environment, and (3) provide a 10 year warrant on manufactured interpretive panels as indicated in the SOW. The offeror's proposal will be rated Acceptable or Unacceptable as defined in the table below. If the lowest priced offeror is deemed to be acceptable they will advance to the Past Performance Confidence Assessment evaluation. If the lowest priced offeror is deemed unacceptable, the next lowest priced offeror will be evaluated for technical acceptability. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal meets the requirements of the solicitation UnacceptableProposal does not meet the requirements of the solicitation C.PERFORMANCE CONFIDENCE ASSESSMENT: Finally, the Government will sees recent and relevant performance information on the lowest priced, technically acceptable offeror based on (1) the past efforts provided by the Offeror and (2) data independently obtained from other Government and commercial sources in or der to determine the offeror's Performance Confidence Assessment, which is comprised of three factors: Recency, Relevancy, and Quality. D.An assessment of the past performance information will be made to determine if it is recent. Performance that is more recent will have more impact than less recent performance. Recent contracts are contracts which have been completed within the last 3 years from the date of issuance of this solicitation. E.Relevant performance includes performance of efforts involving Interpretive Panels that involved similar scope/complexity and magnitude of effort and complexities this solicitation requires. Scope/complexity is more important than magnitude. The purpose of the past performance evaluation is to allow the government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence or No Confidence as defined in the table below. Offerors with no recent/relevant performance history or if the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive "Neutral Confidence", meaning the rating is treated neither favorably nor unfavorably (neutral). Relevancy Definitions Assessment AreaVery RelevantRelevantSomewhat RelevantNot Relevant Scope/ComplexityDesigned and manufactured bilingual Interpretive Panels using English and Spanish (Southwest Dialect) almost equal to or equal to the SOW.Designed and manufactured bilingual Interpretive Panels using English and Spanish somewhat less than required by the SOW.Designed Interpretive Panels significantly less than required by the SOW. MagnitudePerformed design and manufacturer functions as Prime contractorPerformed design functions as prime, and subcontracted out manufacturing functionsPerformed manufacturing functions where design was performed by another party. Past Performance Relevancy Ratings RatingDefinition Very RelevantPresent/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. RelevantPresent/past performance effort involved similar same scope and magnitude of effort and complexities this solicitation requires. Somewhat RelevantPresent/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not RelevantPresent/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. F.The Government will consider the performance quality of relevant efforts that are recent. For each recent past performance citation reviewed, the performance quality of work performed will be assessed for the aspects performance that relate to this acquisition. The quality assessment consists of an in-depth evaluation of the past performance questionnaire responses, and CPARS information. It may include interviews with Government customers, commercial clients, or other sources known to the Government. The quality assessment may result in positive or adverse findings. For adverse information identified, the evaluation will consider the number and severity of the problem(s), mitigating circumstances, and the effectiveness of corrective actions that have resulted in sustained improvements. Process changes will only be considered when objectively measurable improvements in performance have been demonstrated. G.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. H.If the lowest priced offer is judged to have a "Substantial Confidence" performance confidence assessment, and receives an Acceptable rating on the Technical evaluation, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. I.If the lowest priced offeror is not judged to have a "Substantial Confidence" performance confidence assessment or receives an Unacceptable rating on the Technical evaluation, the next lowest priced offeror will be evaluated and the process with continue (in order by TEP) until an offeror is judged to have a "Substantial Confidence" performance confidence assessment, or until all offerors are evaluated in which case the Contracting Officer shall then make an integrated assessment best value award decision to award to an offeror with other than a "Substantial Confidence" performance confidence assessment or not award at all. J. Performance Confidence Assessments Rating Method Adjectival RatingDescription Substantial ConfidenceBased on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory ConfidenceBased on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral ConfidenceNo recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited ConfidenceBased on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No ConfidenceBased on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will successfully perform the required effort. K.Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1 - Instructions to Offerors. Offeror's may be asked to clarity certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revision. L.The Government anticipates adequate price competition and 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. (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/. To obtain and complete a hard copy of Provision 52.212-3, it can be found in the Federal Acquisition Regulation located at https://www.acquisition.gov/browsefar. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - - 52.204-4, Printed or Copied Doubled-Sided on Postconsumer Fiber Content Paper - 52.204-18, Commercial and Government Entity Code Maintenance - 52.227-14 Rights in Data - General - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - DOI-AAP-0050, Contractor Performance Assessment Reporting System - 1452.201-70, Authorities and Delegations - 1452.222-81, Employment Verification - 1452.237-80, Security Requirements, Bureau of Reclamation (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 (Sept 2006), with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.219-6, Notice of total Small Business Set-Aside 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American ¿Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52-222.17, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires (xiii) Not applicable (xiv) Not applicable (xv) All questions shall be submitted via email to DLRodriguez@usbr.gov by no later than 2 PM local time on Tuesday, August 28, 2018. No additional questions will be accepted after this date. Proposals are due no later than 2 PM local time on Tuesday, September 11, 2018. All documents pertaining to this RFQ are located at www.fedconnect.net, Reference Number 140R3018Q0211. (xvi) The Point of Contact for this solicitation is Ms. Diane Rodriguez, Contract Specialist. 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/77aa231ddd755072eb3a258e9e973840)
 
Record
SN05051847-W 20180824/180822231658-77aa231ddd755072eb3a258e9e973840 (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.