SOLICITATION NOTICE
N -- Boiler Replacement Project
- Notice Date
- 4/2/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- None Washington DC 20537
- ZIP Code
- 20537
- Solicitation Number
- D-19-TR-0171
- Response Due
- 4/23/2019
- Point of Contact
- Alyse Girard
- E-Mail Address
-
alyse.n.girard@usdoj.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation. The purpose of this project is to remove and replacing two existing 20-year old Superior 250 BHP hot water boilers in the main academy at the Drug Enforcement Administration's (DEA's) Office of Training (TR) located in Quantio, Virginia. This acquisition is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 238220. The size standard is $15,000,000.00. Anyone wishing to participate in this proposed acquisition must obtain a copy of the solicitation at no charge from the Federal Business Opportunities website as applicable. No paper copies of this acquisition will be furnished. A site visit will be held on Thursday, April 11, 2019 at 10:00am local time. This will provide an opportunity for offerors to visit the site conditions, and take measurements and pictures, as needed. In order to attend the site visit, the offerors shall register for the site visit by completing the attached Request for Access Form for each individual attendee. Access forms for the site visit may be sent to William.H.Norris@usdoj.gov by Monday, April 8. Questions related to the access for the site visit can be sent to Mr. Norris at the email address provided. There should be no more than three attendees per company. The Government reserves the right to deny access to attendees based on the results of the security check. The Government will provide notice to those approved or denied access on a rolling basis, but no later than COB Wednesday April 10, 2019. Late requests will not be accepted and anyone without confirmed access will not be permitted on base. This is the only site visit to be held unless the Contracting Officer later determines additional site visits are necessary. The government intends to award a single, firm-fixed-price type purchase order in accordance with the acquisition procedures established in FAR Part 13, to the offeror whose evaluated offer represents the best value lowest price technically acceptable (LPTA) offer. The lowest priced quote will be evaluated first; if the lowest priced quote is not found acceptable, the government will evaluate the next lowest priced quote, and so on, until an acceptable quote is identified. Higher priced quotes remaining will not be evaluated. The Government intends to make award without discussions. The following ratings will be used to evaluate each factor: Acceptable - Proposal clearly meets the requirements of the Statement of Work Unacceptable - Proposal does not clearly meet the requirements of the Statement of Work Factor 1 - Technical Capability This standard is met when the offeror has provided a narrative response that clearly demonstrates its understanding of an approach to accomplishing the requirements set forth in the Statement of Work and includes all areas to be addressed, to include warranty requirements. A quote that does not address all items may be rated as Unacceptable. Factor 2 - Past Performance Offerors shall demonstrate relevant past performance as it relates to the probability of successful accomplishment of the contract requirements. A minimum of two (2) past performance references shall be included in the offeror's quote for evaluation purposes. Relevance of past performance includes depth, breadth, currency, similarity, and quality of the past performance within the past three (3) years. Quality of services may be defined as how well the offeror has complied with contract requirements and whether it conformed to standards of good business practices. It includes performance of enterprise level services similar to those identified in the SOW, its record of conforming to standards of good workmanship, adherence to contract schedules, and its history of commitment to customer satisfaction. The Government may supplement the information provided by the Offeror with information the Government obtains through reference checks, its own knowledge/experience, and/or from other sources. These sources may include, but not necessarily be limited to, other Government contracting offices, the Contractor Performance Assessment Reporting System (CPARS), and the Past Performance Information Retrieval System (PPIRS). A quote that does not meet these criteria may be rated as Unacceptable. All questions shall be submitted electronically using the electronic mail system no later than 10:00 am (EST) on 16 April 2019. The due date and time for offers is no later than 10:00 am (EST) on 23 April 2019 and are also required to be submitted electronically to Alyse Girard, alyse.n.girard@usdoj.gov. Late offers will not be accepted. All offerors must be registered in the System for Award Management (SAM) as an active contractor with no exclusions preventing award to be eligible for a contract award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-19-TR-0171/listing.html)
- Record
- SN05268418-F 20190404/190402230052 (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 |