Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2002 FBO #0333
SOLICITATION NOTICE

99 -- National Contract for Providing Bagged Ice, Shipping and Storage during periods of emergency.

Notice Date
10/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Galveston - Civil Works, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
DACW64-03-R-0003
 
Archive Date
3/4/2003
 
Point of Contact
Angela Zahid, 409 766 3849
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston - Civil Works
(angela.zahid@swg02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The U.S. Army Corps of Engineers, Galveston District will award a nation-wide requirements contract to provide packaged ice primarily during periods of Presidentially declared disasters. THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESSES. The select ed contractor will be required to provide packaged ice, to include transportation, loading and unloading, drayage, additional ground mileage, refrigerated storage trailers, etc., to sites in the 48 States and the District of Columbia in the Continental Uni ted States (CONUS) and to sites Outside the Continental United States (OCONUS) in the States of Alaska and Hawaii, Puerto Rico, the U. S. Virgin Islands, Guam, the Northern Mariana Islands, American Samoa, the Federated States of Micronesia, and the Republ ic of the Marshall Islands. The contract also includes requirements for participation in Partnering efforts and provision of Strategic Planning Services. The U. S. Army Corps of Engineers will utilize this contract for its purchase requirements for packag ed ice in performance of its responsibilities for man-made or natural emergency or disaster response and recovery activities under the Federal Response Plan, and reserves the right, at its discretion, to utilize this contract for other packaged ice require ments when necessary. Time is of the essence in performance of this contract, as this ice is required to sustain life in the aftermath of disasters that have or will disrupt the normal source of refrigeration in the disaster location. Therefore, this con tract requires immediate response, with timely production, delivery, and reporting by the Contractor. The Contractor may be required to respond to simultaneous disasters with deliveries to multiple sites for each disaster. In order to meet the intent of the Stafford Act, the Contractor shall give preference to the extent feasible and practicable in meetin g its subcontracting and hiring requirements with those organizations, firms, and individuals residing or doing business primarily in the area affected by the disaster. The performance period for this contract is for a one - year base period from February 1, 2003 through January 31, 2004, with two one-year option periods. (At the option of the Government, the contract period may be extended for two additional years.) The contractor will be required to submit daily production and product delivery reports t hrough an automated system. That data will be verified through acceptance reports from Government personnel at the receiving locations. The contractor will be required to provide copies of State/local inspection reports, and permits for all producers/pla nts. The contractor will be further required to provide periodic reports relative to hiring and subcontracting in the disaster location to monitor compliance with the Stafford Act. The North American Industrial Classification System Code (NAICS) applicab le to this project is 312113, with a size standard of 500 employees. In order to be considered a small business under this code, a firm may not have more than 500 employees. The 500 employee requirement is a measure of the average employment of a busines s concern and means its average employment including the employees of its domestic and foreign affiliates based on the number of persons employed on a full-time, part-time, temporary, or other basis during each of the pay periods of the preceding 12 months . If a business has not been in existence for 12 months, ?number of employees? means the average employment of such concern and its affiliates during the period that such concern has been in existence based on the number of persons employed during each of the pay periods of the period that such concern has been in business. If a business has acquired an affiliate during the applicable 12-month period, it is necessary, in computing the applicant?s number of employees, to include the affiliate?s number of em ployees during the entire period, rather than only it s employees during the period in which it has been an affiliate. The employees of a former affiliate are not included, even if such concern had been an affiliate during a portion of the period. The solicitation will be made available on compact Disk (CD- ROM) and will be provided free of charge, on or about November 12, 2002. Notification of amendments shall be made thru paper or the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solic itation. To obtain the CD, Contractors shall register at: http://www.swg.usace.army.mil/ct. It is the contractor?s responsibility to check daily for any posted changes to this solicitation. Neither telephonic, mailed nor fax requests will be accepted. All prime contractors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. This solicitation is a request for proposal and will be awarded to the contractor that represents the best value to the Government. The Evaluation Factors for this procurement are as follows: EVALUATION FACTORS FOR AWARD 1. Proposal Evaluation and Source Selection Procedures. a. The Government will evaluate proposals utilizing Best Value Source Selection Procedures and award will be made to the offeror that the Government determines can accomplish the requirements set forth in this Request for Proposal (RFP) in a manner mos t advantageous to the Government, cost or price and other factors considered. The Government reserves the right to award a contract to other than the lowest price offer after consideration of all evaluation factors. b. The evaluation factors for the Technical Proposal, when combined, are significantly more important than Price Proposal evaluation factors. However, the importance of price could become greater depending on the technical equality of the proposals, a nd all prices must be fair and reasonable. Where competing technical proposals are determined to be substantially equal, the price proposal evaluation factors would become the controlling factors in making the contract award. 2. Evaluation Factors. a. Technical Proposals. Each technical proposal submitted in response to this RFP will be evaluated based on the factors listed below. Evaluation Factors 1 and 2 are of equal value and are of more importance than Factor 3. For Evaluation Factor 1, subf actors are of equal importance. For Evaluation Factor 2, subfactors are of equal importance. (1) Factor 1, Experience, Past Performance, and Qualifications. (a) Subfactor 1. The Government will evaluate the Offeror?s experience with contracts of similar scope and size (monetary and level of effort). (b) Subfactor 2. The offeror's past performance during the last 5 years will be evaluated to determine technical capability and level of performance risk to perform the proposed contract. The Government shall conduct an evaluation of customer satisf action, quality of workmanship and timeliness of the offeror's past performance. The offeror may provide information on past performance of predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or criti cal aspects of the contract. If no relevant past performance information is available, the offeror will not be evaluated favorably or unfavorably on past performance. The information presented in the offeror's proposal, together with that from other source s available to the Government, will provide the input for the evaluation of this factor. (c) Subfactor 3. The Government will subjectively evaluate the qualifications of key personnel to determine their technical capability and experience in performance of work similar in scope and size (monetary and level of effort), as required in t he proposed contract. (2) Factor 2, Capability to Perform. (a) Subfactor l. The Government will evaluate the offeror's capability to simultaneously respond to multiple disaster locations and multiple delivery sites within those locations; how the contractor will ensure quality control of all performance; the c apability of the offeror to provide real time data on production and delivery of ice; computer hardware and software, other office equipment and communication capabilities to be utilized in contract performance, and the contractor?s plan for training to ma intain an effective organization. (b) Subfactor 2. The Government will evaluate the depth and size of the offeror's organization relative to capability to perform under this contract. (c) Subfactor 3. The Government will evaluate the Offeror?s plan for performance of the work required by this RFP, to include management of the offeror's production and transportation activities or of subcontractors performing production, transportatio n, etc. of ice or other contract deliverables. (3) Factor 3, Financial Capability. The Government will evaluate the financial data to determine that the offeror has the financial resources, or the ability to obtain them, to perform the proposed contract. b. Volume 2 - Price Proposal. This volume will be evaluated to determine price reasonableness over the life of the contract, whether the prices are realistic for the work to be performed, whether the prices reflect the offeror's understanding of the requ irements, and whether the prices are consistent with the offeror's technical proposal. To evaluate the price proposal, offerors are required to provide a breakout of pricing for all items in the base year of the contract. Option year prices may be submi tted as single line item prices with no breakout.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston - Civil Works 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN00195720-W 20021031/021029213425 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.