Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

99 -- The U.S. Army Corps of Enginieers, Galveston District will award a contract to provide packaged ice primarily in support of Presidentially declared disasters.

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-06-R-0009
 
Response Due
2/16/2006
 
Archive Date
4/17/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District will award a contract to provide packaged ice primarily in support of Presidentially-declared disasters. This proposed procurement is Unrestricted and is open for small and large business. Project Information: This will be a nation-wide indefinite delivery/indefinite quantity contract 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 United States (CONUS) and to sites Outside the Continental United States (OCONUS) in Puerto Rico and the U. S. Virgin Islands in performance of its responsibilities for emergency or disaster re sponse activities under the National Response Plan, and for other packaged ice requirements when necessary. Expect workflow during emergencies to consist of the following: a) Contractor responds to a request for up to 20 Millions pounds of ice within 24 hours; b) Contractor arranges for the production of ice; c) Contractor arranges for transportation of ice to a mobilization are (note transportation may be by land, air or sea); d) Contractor provides real time tracking and expected time of arrival for each truckload; e) Ice arrives in refrigerated storage trailers to intermediate storage locations within disaster areas; h) Contractor provides operation and maintenance of refrigerated storage trailers to include refueling at intermediate storage locations; i) Contractor dispatches ice and refrigerated storage trailers to public distribution sites; j) Contractor leaves refrigerated storage trailers at the public distribution site to be unloaded by others, AND/OR Contractor unloads palletized ice from refrigerated storage trailers by forklift, places palletized ice on ground, covers each pallet of ice with a tarp, secures the tarp, and returns truck and refrigerated storage trailers to distribution system. The contract also includes requirements for participation in Partnering efforts and provision of Strategic Planning Services. The contractor shall be required to submit daily production and product delivery reports through an automated system that will be verified through acceptance reports from Government personnel at receiving locations. The contractor shall be required to provide copies of State/local inspection reports and permits for all producers plants. The contractor shall be required to provide periodic reports relative to hiring and subcontracting in the disaster location to monitor compliance with the Stafford Act. 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 contract 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 meeting its subcontracting and hiring requirements with those organizations, firms, and individuals residing or doing business p rimarily in the area affected by the disaster. The period of performance for this contract shall be From Date of Award through May 31, 2006. At the option of the Government, the contract period may be extended up to six (months). Using best value acquisition procedures and in accordance with FAR Part 15, the intent of the Government is to award one Unrestricted Firm-Fixed Price contract. Multiple awards may be made from this solicitation. The estimated cost range for this contract is not to exceed $10,000,000.00 with a $10,000 minimum guarantee. Contract award will be based upon Best V alue to the Government which may or may not be the lowest-price offered. To determine best value, the Government will evaluate technical proposals having specific management and technical evaluation criteria consisting of past performance, related experience, past performance as related to subcontracting utilization (large busi nesses only), Subcontracting Plan (as required by FAR 52.219-9) and price proposals. 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 most 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. However, the importance of price could become greater depending on the technical equality of the proposals, and all prices must be fair and reasonable. Where competing technical proposals are determined to be substantially equal, price would become the controlling factor 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, subfactors 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 Offerors 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 satisfaction , 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 critical as pects 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 sources avai lable 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 the propo sed 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 capa bility 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 contractors plan for training to ma in tain 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 Offerors 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, transportation, 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 requir ements, 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 submitted as single line item prices with no breakout. The Solicitation is scheduled to be issued on or about February 9, 2006. Proposals are due on or about February 16, 2006 at 2:00 PM, Central Time. If a large business firm intends to submit a proposal, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Galveston District subcontracting goals are for specified percentages of the contractor's total planned subcontract amount to be placed with the following: 51.2% - Small Business; 8.8% - Small Disadvantaged Business; 7.3% - Woman-Owned; 3.1% - HUBZone Small Business; 1.5% - Service-Disabled Veteran-Owned Small Business. The North American Industrial Classification System (NAICS) Code applicable to this project is 312113. The small business size standard is: not to exceed $6 million average annual gross receipts over the past 3 years. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (FAR 52.219-14( b)(1). The specifications will be posted at the Galveston District web site ONLY at http://www.swg.usace.army.mil/EBS/AdvertisedSolicitations.asp . There will be no paper copies or CDs available. YOU WILL BE REQUIRED TO REGISTER AS A PLANHOLDER TO SHOW THAT YOU H AVE DOWNLOADED THE PACKAGE. THIS WILL ALLOW US TO NOTIFY INTERESTED PARTIES IN THE EVENT THAT AN AMENDMENT IS ISSUED. Notification of amendments shall be made through paper or the Internet. However, the Government reserves the right to use only the Interne t as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the web site daily for any posted changes to this solicitation. All contractors are encouraged to visit the Armys Single Face to Industry websi te at: http://acquisition.army.mil to view other business opportunities. 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/. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.swg.usace.army.mil/EBS/AdvertisedSolicitations.asp.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN00980007-W 20060205/060203212455 (fbodaily.com)
 
Source
FedBizOpps 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.