Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,2000 PSA#2527

USDA -- Natural Resources Conservation Service, 3737 Government Street, Alexandria, LA 71302

Y -- CHENIER AU TIGRE SHORELINE PROTECTION MEASURES, VERMILION PARISH, LOUISIANA SOL NRCS-11-LA-00 DUE 022200 POC Ralph Broome, (318) 473-7781 E-MAIL: click here to contact the contracting officer via, ralph.broome@la.usda.gov. This requirement is for the purpose of installing varying shoreline protection measures and evaluating their effectiveness in reducing and/or eliminating shoreline erosion. All work to be performed along a portion of the Louisiana coastline located in Vermilion Parish, Louisiana. NRCS intends to evaluate all responsive offers in accordance with the terms of the Request for Proposals (RFP) and make multiple contract awards, if multiple awards are considered to be in the best interest of the Government. A maximum of four contract awards may be made under this RFP. The Government reserves the right to award without discussions. The SIC code for this work is 1629. This procurement is unrestricted. A maximum period of 120 calendar days is provided for the completion of each individual measure selected under this RFP. Each proposal shall be evaluated on the following evaluation factors and ranked according the weights assigned to each factor. I -- TECHNICAL (60%); II -- PRICE (30%); and III -- PAST PERFORMANCE (10%). Each evaluation factor and any sub-factor should be addressed separately and distinctly for each proposed measure. I -- TECHNICAL (60%): Offerors shall address the following five sub-factors (I.A. thru I.E.) in their technical proposal. Sub-factor I.A. -- Structural Integrity (20%): Proposed measures shall be evaluated on their demonstrated level of structural soundness. Structural criteria and supporting structural calculations of proposed measures will be considered. Non-traditional proposed measures will be rated higher than those offering traditional measures. For purposes of this RFP, rock breakwaters, gabion baskets, reno mattresses, rubber tires, concrete cellular blocks and Christmas trees are considered traditional measures. Sub-Factor I.B. -- Historical Performance (10%): Proposed measures shall be evaluated on their demonstrated level of past performance. Documentation, photographic evidence, and other historical data regarding past performance of proposed measures will be considered. If available, shoreline erosion reduction data or accretion data will receive favorable consideration. Sub-Factor I.C. -- Life Expectancy (10%): Proposed measures will be evaluated on their estimated or established life span. Measures should have a minimum life span of five years. Proposed measures that demonstrate a longer life span will receive a more favorable evaluation. Sub-Factor I.D. -- Maintenance Activities (10%): Proposed measures will be evaluated on demonstrated frequency and complexity of maintenance activities over the established life of the structure. Proposed measures with less frequent and less complex maintenance activities will be provided higher ratings. Sub-Factor I.E. -- Construction (10%): Construction and ease of installation are considered important features of the proposed measures. Offerors will be evaluated on their demonstrated ability to acquire, deliver, erect or construct and install the proposed measures within the period of 120 days is of the utmost importance. II -- PRICE (30%): Proposals shall provide a base price for installation of 400 feet of a proposed measure and a second unit price for each additional foot of structure above the base quantity of 400 feet (the Schedule in Section B of the RFP is made available for the providing the required prices). Price will be evaluated in relation to other factors. Price is considered less in importance to all other factors combined. III -- PAST PERFORMANCE (10%): Past performance information submitted by Offerors will be used to make a determination of whether the Offeror has a satisfactory record of past performance. Offerors should therefore provide performance history and references that can demonstrate a satisfactory record of past performance on at least five (5) prior similar or relevant type projects performed within the last three (3) years. Information utilized in evaluation will be obtained from references identified by the Offeror, as well as any other provided sources having relevant information. Offerors lacking relevant past performance data will not be evaluated favorably or unfavorably for this factor. A proposal lacking past performance data may not represent the most advantageous proposal to the Government, and thus may be considered an unsuccessful proposal when compared to other proposals. Past performance will be evaluated using the following adjectival ratings -- OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon Offeror's past performance; SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the Offeror's past performance; MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the Offeror's past performance. Evaluation will be based on the quality and timeliness of performance under previous contracts with Government agencies and private industry. For the purposes of this solicitation, all factors other than price, when combined, are significantly more important than price. THREE (3) COPIES of each individual proposal should be submitted for each proposed measure and should be organized to correspond with the evaluation factors listed above. Proposals for more than one measure are encouraged; however, each individual measure proposed should be submitted as a separate and distinct proposal. The date and time for a formal visit to the site will be included in the solicitation package. Solicitation packages will be available, free of charge, on or about February 22, 2000. All responsible offerors may submit a proposal which will be considered by the agency. Posted 01/28/00 (W-SN419832). (0028)

Loren Data Corp. http://www.ld.com (SYN# 0111 20000201\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page