Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

Z -- STREET SWEEPING AND HYDRO CLEANING SERVICES AT VARIOUS NAVAL FACILITIES IN SAN DIEGO, CA

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-05-R-8015
 
Response Due
10/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SYNOPSIS under the Simplified Acquisition Procedures (SAP) for Commercial Items Acquisition in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and 13. Solicitation No. N68711-05-R-8015, STREET SWEEPING AND HYDRO-CLEANING AT VARIOUS NAVAL FACILITIES LOCATED IN SAN DIEGO, CALIFORNIA, is issued as a Request for Proposal (RFP) and will be a single award Firm-Fixed Price and Indefinite Quantity contract. The performance period will include a base year and nine 12-month option periods. The solicitation is restricted to small business concerns. The North American Industry Classification System (NAICS) code is 562998 and the size standard is $6 million dollars. This solicitation incorporates FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5, and are attached to the solicitation. The following factors will be used to evaluate offers: Factor #1 Past Performance: Provide a list of contracts similar to the project description shown under the solicited contract, completed during the past 3 years. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Provide the information on Attachment 9, ?Past Performance Project Data Sheet? for each contract. Failure to use Attachment 9, ?Past Performance Project Data Sheet? may result in a lower rating for this factor. Failure to provide a point of contact (POC) that is accessible, or a correct current phone number and fax number may result in a lower rating for this factor. If you are submitting a project your firm performed on as a subcontractor, the prime contractor may be cited as the point of contact. Evaluation of past performance will often be subjective. The evaluation of past performance will include the contractor?s history of reasonable and cooperative behavior, commitment to customer satisfaction, record of conforming to applicable law and industry standards (i.e., Service Contract Act Wage Determinations/Safety Standards, etc.); quality of workmanship, record of recommending and/or implementing innovative approaches and/or technologies; record of controlling costs; safety performance record, and adherence to schedules. The Government reserves the right to contact any other sources of information that may have knowledge or information on an offeror's relevant past performance history. Offers which demonstrate a lack of relevant past performance history will receive a neutral rating for this factor. Any offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may not be competitive when compared to the proposals of the other offerors. Factor #2 Key Personnel, Vehicles, Equipment, and Experience: Identify offeror?s key personnel and their minimum job requirements and job experience. More weight will be given to offerors who demonstrate key personnel with more experience and job requirements as it relates to the performance work statement of this contract solicitation. Information may be provided on Attachment 12. Vehicles & Equipment: Provide information on vehicles and equipment to be used under this contract (e.g., type of vehicles and equipment, number of vehicles and equipment, age of vehicles and equipment, and if they are new or refurbished vehicles and equipment). More weight will be given to offerors who propose more reliable vehicles and equipment to be used under this contract. Use Attachment 13, ?Vehicle & Equipment List? to submit information for evaluation. Experience: This section shall address the offeror?s experience with work similar to the project description shown under the basic solicitation Technical Section 1503060 specification 3.1 and Attachment 1503060-07. Offerors shall submit projects will have been performed or completed within the past five years, as of the closing date for receipt of proposals. More weight will be given to offeror?s who demonstrate experience for the following type of projects: a.) Airfield Pavement Sweeping b.)Steam Cleaning and Hydro-Scrub of miscellaneous structures. Use Attachment 8, ?Experience Project Data Sheet? to submit projects for evaluation. Failure to use Attachment 8, ?Experience Project Data Sheet? may result in a lower rating for this factor. Failure to provide all requested data, a point of contact (POC) that is accessible, or a correct current phone number and fax number, may result in a lower rating for this factor. Projects submitted, which are outside the five-year period specified, will be removed and discarded prior to evaluation. Factor #3 Price: The price proposal for the Base Period and all Option Periods, will be evaluated to determine the reasonableness, realism, and completeness of the offeror?s proposal. One or more of the following techniques will be used to ensure a fair and reasonable price: 1.) Comparison of proposed prices received in response to the solicitation. 2.) Comparison of proposed prices with the independent Government estimate. 3.) Comparison of proposed prices with available historical information. 4.)Comparison of proposed prices with resources proposed. A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may result in the overall proposal being considered unacceptable. Any inconsistency whether real or apparent, between proposed performance and price must be clearly explained in the price proposal. For example, if unique and innovative approaches are the basis for an apparently unbalanced/inconsistently priced proposal, the nature of these approaches and their impact on price must be completely documented. The burden of proof of price realism rests solely with the offeror. Price Proposal Submission: The offeror shall complete and submit the following in the order shown below in a separate price proposal binder: 1)SF 1449. 2)Pavement Sweeping and Steam Cleaning and Hydro-Scrub Exhibits A, B, C, D, E, F, G, H, I, J. 3)Attachment 11 Financial Questionnaire. Relative Importance of the Evaluation Factors: Factor 1 and 2 are of equal importance. When the proposal is evaluated as a whole, Factors 1 and 2 are approximately equal to Factor 3. The importance of price will increase if offerors non-pricing proposals are considered essentially equal in terms of technical quality, or if price is so high as to significantly diminish the value of a proposal?s technical superiority to the Government. Award will be made to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. Options:The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. Written Notice: A written notice of award or acceptance of an offer, mailed, or otherwise furnished, to the successful offeror, within the time for acceptance in the offer, shall result in a binding contract, without further action from either party. Before the expiration date specified in the offer, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.THIS RFP WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE VIA THE INTERNET WORLD WIDE WEB AT http://esol.navfac.navy.mil ON OR ABOUT SEPTEMBER 23, 2005, AND CAN BE FOUND UNDER SOLICITATION/CONTRACT NUMBER N68711-05-R-8015. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the Government. Telephone and facsimile requests will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the internet website. It will be the Contractor's responsibility to check the website daily for any and all amendments to this solicitation. Plan holders lists will not be faxed and will be available only at the internet site listed above. NOTE: All Contractor's must be registered in the Central Contractor Registration (CCR) Database prior to award of a DOD contract. Contractors may obtain information on registration by calling (269) 961-5757, or via the internet at http://edi.disa.mil. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal Contractor Veterans' Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information, and follow-up assistance is provided at VETS-100 internet site at http://vets100.cudenver.edu/, or employers may contact the VETS-100 Processing Center at (301)306-6752, or e-mail at mailto: helpdesk@vets100.com. Offers are due on Monday, 24 October 2005 by 2:00 PM local time, and shall be delivered to NFEC Southwest Division, Attn: Vince Thayer, Code AQ10.VT, 1220 Pacific Hwy, Bldg. 127, San Diego, CA 92132. Point of Contact for this solicitation is Vince Thayer, Telephone (619) 532-4903. There will NOT be a public bid opening. A site tour is tentatively scheduled for Tuesday, 18 October 2005 at the time and location to be identified in the solicitation. Offerors will be required to make a reservation by contacting Vince Thayer, Contract Specialist, at (619) 532-4903 by 11 October 2005. SOLICITATION REGISTRATION Registration for this solicitation is optional. You may still view plans/ specification and amendments without registering for the solicitation, but you must be logged into an eSol account. If you register for this solicitation, you will receive a courtesy e-mail notifying you of all amendments for this solicitation posted to the website. Registration for this solicitation, however, does not release bidders/offerors from the responsibility of checking the website daily for amendments.
 
Place of Performance
Address: SAN DIEGO, CALIFORNIA
Zip Code: 92132
Country: USA
 
Record
SN00895296-W 20050916/050914212741 (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.