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