Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2000 PSA #2684
SOLICITATIONS

S -- REFUSE COLLECTION AND DISPOSAL SERVICES AT ROME RESEARCH SITE

Notice Date
September 11, 2000
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
ZIP Code
13441-4514
Solicitation Number
F30602-01-Q-0045
Response Due
September 26, 2000
Point of Contact
Alan Jones, Contract Specialist, Fax (315) 330-2555, Email
E-Mail Address
Alan Jones (jonesa@rl.af.mil)
Description
The original notice was posted on Jun 13, 2000 as F30602-01-B-5003. The Invitation For Bid is hereby modified and is being issued as a combined synopsis/solicitation. This notice is the combined synopsis/solicitation for commercial items 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. The entire solicitation will be released on the Electronic Posting System (EPS), www.eps.gov (select "EPS for Vendors", at Agency, USAF, click on "Offices", at Office, "Air Force Materiel Command", click on "Locations", at Location, "AFRL, Rome Research Site, Rome NY", click on "Posted Dates"). PAPER COPIES WILL NOT BE AVAILABLE). This is a unrestricted competitive acquisition. For this acquisition, a concern will be considered a small business under SIC 4212 with a small business size standard of $18.5M. Any prospective eligible and responsible offerors interested in submitting a proposal for this solicitation must register by email to: jonesa@rl.af.mil in order to be placed on the Source List. Include your company name, address, telephone number and point of contact, fax number, and e-mail address. This list will be provided to facilitate subcontracting opportunities only. Offerors registering their name on the Source List should not conclude that they would receive a paper copy of the solicitation in the mail, as a paper copy will not be available. All prospective offerors are responsible to visit the EPS frequently and obtain any amendments or other information pertaining to this solicitation. The solicitation will only be available by downloading the documents from the EPS. Synopsis/Solicitation F30602-01-Q-0045 is being issued as a Request for Quote (RFQ). The proposed contract is for a period totaling approximately 60 months (1Base Year and 4 Option Years), incorporating provisions and clauses in effect through Federal Acquisition Circular 97-19 and DFARS Change Notice 2000831. Additional information may be obtained at the EPS and FAR, DFAR, AFFAR and AFMCFARSUP on-line, at http://farsite.hill.af.mil, the latter for access to full text of all provisions and clauses. The Air Force Research Laboratory, Rome Research Site (RRS), has a requirement for nonpersonal services for REFUSE COLLECTION & DISPOSAL SERVICES AT THE ROME RESEARCH SITE, DFAS, & NEADS at Rome, NY and THE NEWPORT RESEARCH FACILITIES (TANNER AND IRISH HILLS) at Newport, New York. The Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and other items or services necessary to perform Refuse Collection and Disposal Services as defined in the attached Performance Work Statements except as specified in Section C-3 as Government furnished property and services at Rome Research Site located in Rome, NY. The Contractor must perform to the standards in the resultant contract.. All work will be in accordance with the Performance Work Statement (PWS) dated 09 Mar 2000 for the Rome sites and the Requirements for the Newport Research Facilities dated 16 Aug 00. See the EPS for the (PWS) and Requirements, and the Schedule of Offer. Site visits may be scheduled by calling Paul McPherson at (315) 330-2219 or, via email: mcphersonp@rl.af.mil, NO LATER THAN 3:00 P.M. on Wednesday, 20 Sep 2000. Alert: Vendors are STRONGLY encouraged to use the Standard Form 1449 as the first page of their offer. If you choose not to use the Standard Form 1449, you are cautioned to complete and provide with your proposal all the data requested by FAR 52.212-1 Instructions to Offerors-Commercial Items. Failure to do so may eliminate you from consideration for award. The clause at 52.212-1, Instructions to Offerors-Commercial Items is applicable. Paragraph (c) is amended to read as follows: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The following paragraphs are added to 52.212-1: (k) Offerors are REQUIRED to submit Past and Present Performance Information with their proposal. FAR 52.212-2 Evaluation-Commercial Items is applicable. The second sentence of Paragraph (a) is amended as follows: "The factors identified below, the first part (technical) being of most importance, with the second part (past performance) and the third part (price) being ranked coequally, will be considered during proposal evaluation. A SINGLE AWARD SHALL BE MADE ON AN "ALL OR NONE" BASIS TO THE SUCCESSFUL RESPONSIVE AND RESPONSIBLE OFFEROR IN ACCORDANCE WITH THE ENSUING CRITERIA. EACH OFFEROR'S QUOTE SHALL BE PREPARED AS OUTLINED BELOW. A) PART 1 -- TECHNICAL. The evaluation of Part 1 data will result in a rating of acceptable or unacceptable. Factor: Technical Ability to provide for the services listed in Attachment 2 and 2a, hereto. B) PART 2 -- PAST PERFORMANCE. The evaluation of Part 2 data will result in a rating of low, moderate or high. Factor: Past performance or experience in the refuse collection and disposal industry. C) PART 3 -- PRICE. The evaluation of Part 3 will result in ranking the quotation by lowest aggregate price. Factor: Price. Offerors must prepare quotations in sufficient detail to permit a thorough evaluation of each part. Each part must be clearly marked "Part 1 -- Technical", "Part 2 -- Past Performance", and "Part 3 -- Price". The offerors will be evaluated using the Performance -- Price Trade-Off procedures in accordance with Attachment 2, entitled "Evaluation of Offerors". (I) FACTOR 1: Technical. The technical factor will be evaluated on the basis of the following subfactors, listed in descending order of importance: (1) Sub-factor 1 -- Management: Offerors must provide evidence that they possess an adequate management structure to handle the collection and removal activities required, have adequate personnel and equipment to provide the services when and where required within the prescribed intervals and schedules, have advance planning/tracking of problems with equipment that could result in better support. (2) Sub-factor 2 -- Contractor Personnel: Offerors must provide the names of a Contract Manager and an alternate(s) (who shall act for the Contract Manager during his/her absence), in writing and with your proposal, who shall have full authority to act for the Contractor on all contract matters relating to the daily operation of any resultant contract. (3) Sub-factor 3 -- Availability: The Contract Manager or alternate(s) shall be available during normal RRS business hours (8:00am to 4:00pm) within 30 minutes to meet at the RRS site with designated Government personnel. (4) Sub-factor 4 -- Support: Provide all emergency telephone numbers for these designees with your proposal. (5) Sub-factor 5 -- Abilities: The Contract manager and alternate(s) must be able to read, write, speak and understand the English language as spoken in the United States of America. Certify and submit same with your proposal. (6) Sub-factor 6 -- Identification: Contractor personnel shall present a neat appearance and be easily recognized by either wearing clothing bearing the company name (logo) or by wearing appropriate picture ID badges containing the company name and employee name. Samples of either to be submitted with proposal. (II) FACTOR 2: PAST PERFORMANCE. Offerors shall provide information on present and past performance that summarizes present and prior Government (federal, state and local) and commercial contracts they consider relevant to this effort and the evaluation criteria to demonstrate their ability to perform the proposed effort. Offerors are advised that the Government will use all available data. All such data used, including data related to offeror's performance as a subcontractor and to the performance of the offeror's proposed subcontractor(s) will be reflected in the evaluation of the prime contractor. Complete the PAST AND PRESENT PERFORMANCE INFORMATION QUESTIONNAIRE (SEE THE EPS). Past Performance describes how well the contractor performed the work. Offerors are restricted to documenting three of the most recent and relevant contracts. Offerors shall submit the past and present performance information on contracts they consider relevant in demonstrating their ability to perform the proposed effort. This information may include data on efforts performed by other divisions, corporate management, critical subcontractors, or teamed subcontractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. For all current or past contracts deemed relevant, the offeror shall provide the following type of information: (a) Company/Division name, (b) Program Title, (c) Contracting Agency, (d) Contract Number, (e) Brief description of the contract effort, (f) Type of contract, (g) Period of performance (h) Original contract $ value and current $ value, (I) Original completion date and current completion date (j) Name, telephone number and address of the Commercial and Government Director/Program Manager, and for Government contracts, the Contracting Officer. Offerors shall explain what aspects of the contracts are deemed relevant to the proposed effort. Explain the relevancy of the past contracts in terms of the effort required by the Statement of Work. Offerors are permitted, but not required, to submit information on significant achievements or to explain past problems they consider relevant to the proposed effort, as well as past efforts to identify and manage risk and corrective actions taken. If offerors have no relevant past performance, the proposal must so state. (ALERT: Offerors are strongly encouraged to use the PAST AND PRESENT PERFORMANCE INFORMATION QUESTIONNAIRE.) See the EPS. If you choose not to use the PAST AND PRESENT PERFORMANCE INFORMATION QUESTIONNAIRE, you are cautioned to complete and provide with your proposal all the data requested in the Questionnaire. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFQ, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, none, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "none", meaning the rating is treated neither favorably nor unfavorably. (III) FACTOR 3: PRICE. Price will be evaluated for fairness, and reasonableness as it relates to the service offered. (1) Fairness and reasonableness -- the degree to which the proposed price compares to the price a reasonable and prudent person would expect to incur for the same or similar goods or services. Award will be made based on the best value to the Government. Technical and Past Performance, when combined, are significantly more important than price." Offerors must include a completed copy of FAR 52.212-3 and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with your offer. See the EPS. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The following sentences are added to the existing paragraph (a) in FAR 52.212-4: "If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may (i) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (ii) reduce the contract price to reflect the reduced value of the services performed. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (i) by contract or otherwise, perform the services and charge to the contractor any cost incurred by the Government that is directly related to the performance of such service or (ii) terminate the contract for cause." The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.203-6, 52.219-4, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 (Wage Determination 1994-2383, Rev 13 dated 06/09/2000), and 52.222-42 (Employee Class #11300, Refuse Collector/Truck Driver (WG-2) , Monetary Wage $10.25/hr. + $3.33 in fringes = $13.58, NOTE: This statement is for informational purposes only, it is not a Wage Determination). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023 and 252.247-7024. The following additional clauses apply: FAR 52.217-8, Option To Extend Services; 52.217-9, Option To Extend The Term Of The Contract: (a) The Government may extend the term of this contract by notifying the contractor, in writing, before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR 52.228-5, Insurance -- Work On A Government Installation; FAR 52.232-18, Availability Of Funds; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7017, Prohibition on Award To Companies Owned By The People's Republic Of China; and AFMCFARS 5352.228-9001, Insurance Clause Implementation. The DPAS rating for this requirement is DO-S10. To be eligible to receive a contract award from a Department of Defense (DoD) activity after 1 Jun 98, contractors must be registered in the DoD Central Contractor Registration (CCR) Database. To register, access the CCR Home Page at http://www.ccr2000.com/. Direct any questions regarding this DoD requirement to 1-888-227-2423. All other questions regarding this COMBINED SYNOPSIS/SOLICITATION must be directed IN WRITING to the buyer, ALAN JONES, no later than one week before the proposal due date. Proposals are due at 2:30 pm on Tuesday, 26 September 2000. SUBMIT COMPLETE PACKAGE, BY U.S. MAIL TO: AFRL/IFKO, ATTN: ALAN JONES F30602-01-Q0045, 26 Electronic Parkway, Rome NY 13441-4514 OR FACSIMILE TO: 315/330-2555. It is the Offeror's responsibility to monitor this site for the release of amendments (if any), and for downloading their own copy of this combined synopsis/solicitation and amendments (if any) from the CBD, as well as the blank SF 1449, Statement of Work For Refuse Collection/Removal & Disposal For RRS, DFAS, NEADS in Rome, NY and the Newport Research Facilities (Tanner and Irish Hills), Newport, NY , Schedule of Offer, Wage Determination, Past and Present Performance Information Questionnaire, and FAR 52.212-3 Representations and Certifications from the EPS. If unable to access the EPS hard copies of information will be mailed upon written request. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Work or the terms and conditions, are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, E.J. Rena, 315-330-7518. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Lt Col Ralph Lentz, Chief, Contracting Division at 315-330-7746. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F30602-01-Q-0045&LocID=1142)
Record
Loren Data Corp. 20000913/SSOL011.HTM (D-255 SN495185)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on September 11, 2000 by Loren Data Corp. -- info@ld.com