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