Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489

National Guard Bureau, Office of Army Contracting, NGB-AQ (Army), Suite 8100, Jefferson Plaza #1, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

J -- FACILITY MANAGEMENT, MAINTENANCE AND REPAIR SERVICES SOL DAHA90-00-R-0002 DUE 123099 POC CPT James Helm, 703-607-1258 E-MAIL: Click here to contact the contracting officer or request, helmja@ngb.ang.af.mil. This acquisition is for Facility Management Services IAW the Performance work Statement. This is a combined synopsis/solicitation for a commercial item 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. This solicitation number DAHA90-00-R-0002 is issued as a request for proposal (RFP) and will result in a firm-fixed price type contract for a base period of 1 FEB 00 through 31 JAN 01 with four, one-year option periods. Award will be made on an all or none basis, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-14. This acquisition is being acquired with a requirement that the Prime contractor include a minimum of 15% Small Businesses in their subcontracting plan. The Government highly recommends that the requirement for grounds maintenance to be subcontracted to an 8(a) or Hubzone concern. The predominant SIC codes for this solicitation is 1711, with a small business size standard of $7M. Other SIC codes anticipated are 1731, 1751, 1796, 1799, 3612, 3621 and 3646. This acquisition is unrestricted IAW FAR 19.1006(b)(1) of the small business competitive demonstration program. NON-CONFORMING PROPOSALS: Any non-conformance with requirements specified in the PWS or a subcontracting plan without the 15% small business minimum participation will not be accepted. CONTRACTOR-FURNISHED ITEMS AND SERVICES: The contractor shall furnish all material, equipment, management and labor needed to perform this contract in accordance with the performance work statement. The award date is expected to be before 1 February 2000. Offeror's shall provide back-up information supporting the price offered in the form of the most recent catalog price list, information on contracts for similar Services, etc. The following FAR Clauses apply to this acquisition and are available upon written request to the Contracting Officer: 52.203-3 Gratuities, 52.203-5 Covenant Against Contingent Fees, 52.203-6 (Alt I) Restriction On Subcontractor sales to the Government, 52.203 Cancellation, Rescissi0on and Recovery of Funds for Illegal or Improper Activity, 52.203-10 Price or Fee for Illegal or Improper Activity, 52.203-12 limitation on Payment to Influence Certain Transactions, 52.204-1 Approval of Contract, 52.204-4 Printing Double sided on Recycled paper, 52.209-6 Protecting the Governments Interest When Subcontracting with Contractor's Debarred, suspended, or proposed for Debarrment, 52.215-20 Requirements for Cost or pricing Data or Information Other Than Cost or Pricing Data, FAR 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2 Evaluation -- Commercial Items, are incorporated by reference and apply to this acquisition. Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items with its offer. 52.212-4, Contract Terms and Conditions -- Commercial Items is hereby incorporated by reference, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or executive Orders-Commercial items, 52.203-6 Restrictions on Subcontractor Sales to thc Gov't, Alt I; 52.219-4 Notice of Price evaluation preference for HubZone small business concerns, 52.219-8 Utilization of Small Business Concerns, 52.219-9 Small Business Subcontracting Plan (Alt II), 52.219-14 Limitations on Subcontracting; 52.222-26 Prohibition of Segregated Facilities; 52.222-21 Prohibition of segregated facilities; 52.222-22 Previous Contracts And Compliance Reports, Equal Opportunity; 52.222-25 Affirmative Action compliance; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41 Service Contract Act Of 1965, as Amended 52.222-42 Statement of Equivalent rates for Federal Hires, 52.225-3 Buy American Act-Supplies; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Additional FAR Clauses that are applicable are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract fill-ins (a) within 30 days, 52.222-41 Service Contract Act of 1965, to include the prevailing wage rates found in wage determination #94-2103 dated 06/28/1999, 52.222-47 Service Contract Act (SCA) Minimum Wages and Fringe Benefits, 52.222-50 Non-displacement of Qualified Workers, 52.223-11 Ozone Depleting Substances and 52.232-18 Availability of Funds. 52.243-1 Changes, fixed Price The following DFAR provisions and clauses apply to this solicitation and included by reference: 252.212-7001 Contract Terms and Conditions required to Implement Statutes Applicable to Acquisitions of Commercial Items. BASIS FOR AWARD: The Gov't will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Gov't, using a best value consideration. The contract line items numbers and descriptions are: CLIN 0001AA -- Facility management services performed IAW the PWS. CLIN 0001AB -- Design engineering support services IAW the PWS, 0001AC -- Within-house moving services IAW the PWS, CLIN 0001AD -- Material and supply support services IAW the PWS. CLIN 0001AE -- Maintenance Repair Work over $2,500 shall be awarded as a not to exceed CLIN, but shall not be evaluated. The descending order of precedence for evaluation of each proposal will be past performance, price proposal, and technical/quality factors. The Gov't will evaluate price for award purposes according to the following formula: (Base + options for CLIN0001AA)+ (Base + options for CLIN0001AA)+(Base + options for CLIN0001AC) +(Base + options for CLIN0001AD)= Evaluated Price. Proposal shall include separate prices for each CLIN for base and each option year. All offeror's shall base their labor costs on the greater of either the collective bargaining agreement governing the work site or the SCA Wage rate. The Gov't may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Gov't to exercise the option(s). Offeror's should provide the proposed technical approach to meet all requirements of the PWS and the following additional information for evaluation purposes: 1) POC listing of all current government clients. 2) Technical/quality past performance information pertaining to each of the building services required by the Performance Work Statement. 3) Resumes for the key personnel as identified in the PWS. 4) Detailed cost proposal supporting the costs used to price all CLIN's. The evaluation of the technical offers and resumes will be accomplished by a Technical Evaluation Panel and may require oral presentations. An offer found deficient in the required technical criteria may be considered unacceptable and rejected in its entirety. The Gov't reserves the right to award the contract without initiating discussions. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit one copy of their proposal if e-mailed, or three copies if by mail, (include the Representations and Certifications IAW FAR 52.212-3 and DFARS 252.212-7000) to CPT James Helm (Contracting Officer), NGB-AQ(Army), by fax at (703) 607-1742 or by e-mail to helmja@ngb.ang.af.mil. Potential Offeror's must obtain a copy of the Performance Work Statement and the collective bargaining agreement governing the workplace by written request to CPT Helm by fax at (703) 607-1742 or by e-mail to helmja@ngb.ang.af.mil. Technical questions will be submitted in writing. Proposals are due to the contracting office by 2:00 p.m. (EST) on December 30, 2000. A mandatory pre-proposal meeting and tour of facility shall be held at the Army National Guard Readiness Center, 111 S. George Mason Drive, Arlington, VA at 10:00 a.m. (EST) on 16 December 1999. Offeror's must attend this meeting to submit a proposal. Points of Contact CPT James Helm, Contracting Officer, (703) 607-1258, Fax 703-607-1742 Mike Trexler, Facility Manager, Phone 703-607-7054, Fax 703-607-7087, Posted 12/02/99 (W-SN405079). (0336)

Loren Data Corp. http://www.ld.com (SYN# 0043 19991206\J-0009.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page