Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131

National and Imagery and Mapping Agency, 4600 Sangamore Road, PCC-E, MS/D-6, Bethesda, Maryland, 20816-5003

Z -- REPLACE PERIMETER FENCE, NATIONAL IMAGERY AND MAPPING AGENCY, BETHESDA, MD SOL NMA401-98-R-0016 DUE 080398 POC Capt. Robyn Mortensen, Contracting Officer, (301)227-2366 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This solicitation is a 100% Small Business Set-Aside under Standard Industrial Code (SIC) 1799, "Special Trade Contractors". The business size standard for this SIC code is not more than $7 Million in annual receipts for the concern, including its affiliates. The resulting contract will have one line item, CLIN 0001, which will be a JOB. The requirement description for CLIN 0001 is as follows: the contractor shall furnish all labor, materials, supplies, and equipment necessary to remove and replace 11,000 LF of chain link fence around both the Sumner and Dalecarlia sites in Bethesda. The work shall include the following: removing existing chain-link fence; providing new chain-link fence; removing and replacing a minimum number of concrete footings; installing ground rods; painting; and seeding. All work shall be completed not later than 60 days from the date of contract award. The provisions at Federal Acquisition Regulation (FAR)52.212-1, "Instructions to Offerors-Commercial Items", and FAR 52.212-4, "Contract Terms and Conditions-Commercial Items", apply to this acquisition. Offerors should include a completed copy of the provision at 52.212-3, "Offeror Representations and certifications-Commercial Items", with its offer. FAR 52.212-5," Contract Terms and Conditions-Commercial Items", is applicable to this acquisition, including the following additional FAR clauses cited in the clause 52.212-5: 52.203-6, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.247-64. FAR 52.212-2, "Evaluation-Commercial Items", is also applicable to this acquisition. Paragraph (a) includes the following statement: The resulting contract will be awarded to the responsible offeror whose total offer (Past Performance, Technical, and Price) is determined to be most advantageous to the Government. In order of relative importance, Past Performance is more important than Technical, which is more important than Price. Combined, Past Performance and Technical are significantly more important than Price. Award will be based on the Best Value to the Government. Additionally, the Government may determine that an offer is unacceptable if the prices proposed are materially unbalanced. An offer is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the offer will result in the lowest overall cost to the Government, even though it may be the low evaluated offer. Offers providing less than 120 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. To meet the Past Performance requirement of the solicitation, the offeror shall submit a description of all Government and commercial contracts received during the past three years which are similar to the effort required by the solicitation, and the Government reserves the right to investigate additional references. Each description shall include: (1) the contract name, number, date of award, and period of performance; (2) the award amount, current contract amount, and projected final cost/price; (3) the Government contracting activity, Contracting Officer's name, address and phone number; (4) and the Contracting Officer's Representative's name, address, and phone number. As a part of the Technical Proposal, the offeror shall submit the following four items in draft format. (1) Progress Schedule: a time-scaled precedence network diagram graphically depicting the sequence proposed to accomplish each work activity, operation, major submittal process, and similarly significant events, in accordance with Attachment 1 -- Specifications, Section 01000. (2) Safety Plan: showing the effective accident prevention measures for the Contractor employees, NIMA employees, and all property. The plan shall be in compliance with the most current editions of the OSHA Safety and Health Standards, 29 CFR 1910 and 1926, and the Corps of Engineers Safety and Health Requirements Manual, EM 385, and in accordance with Attachment 1 -- Specifications, Section 01000. (3) Quality Control Plan: showing the measurement by which the Contractor controls the quality of workmanship of all trades and assures the Government that certain standards in the specifications will be met in accordance with Attachment 1 -- Specifications, Section 01000. (4) Personnel Resources: resumes for Project Manager and Site Superintendent shall be submitted with the proposal, and each resume should include the following information: name; education; certifications; training; background; employment history providing the name of each employer; each period of previous employment, and a description of duties, responsibilities, and title. The submission of the completed Line Item Format, including the proposed price, will constitute the offer, and if the Government accepts this offer, will contractually bind both the Government and the apparent successful offeror to the terms and conditions of the contract, including all documents, exhibits, and attachments incorporated by reference and made a part thereof. Additionally, the resulted contract will be DO rated under the Defense Priorities and Allocations System. A site visit will be held on Thursday, 9 July 1998, at 9:00 a.m. Meeting place for the site visit will be in the lobby of Erskine Hall, NIMA Headquarters. The address for Erskine Hall is 4600 Sangamore Road, Bethesda, MD. Point of contact for the site visit will be Ms. Annette Viola, phone number (301) 227-3788. All offers shall be addressed to Capt. Mortensen, and must be received by 4:00 p.m., Monday, 3 August 1998. If hand-carried, they should be delivered to 6000 MacArthur Blvd, Rm 207, phone number (301)227-2366. If mailed, they shall be sent to the address in number (7), above. Copies of the drawings and specifications shall be obtained at a cost by contacting Ridgway's, 7902 Woodmont Avenue, Bethesda, MD 20814, telephone number (301)656-4056. Point of contact at Ridgway's is Mr. Dee Williams. See Note(s): 1. Posted 07/02/98. (0183)

Loren Data Corp. http://www.ld.com (SYN# 0217 19980707\Z-0049.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page