Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
MODIFICATION

C -- Project Development, Project Management, Environmental, and General Engineering Consulting Services

Notice Date
11/30/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, DC, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-06-RFP-0007
 
Response Due
11/21/2005
 
Point of Contact
Sinnammal Souppaya, Contracting Officer, Phone 202.521.3876, Fax 202.521.3702, - Paulette Roseboro, Contract Specialist, Phone 202.521.3676, Fax 202.521.3702,
 
E-Mail Address
souppayas@mcc.gov, roseborop@mcc.gov
 
Description
The revised pre-solicitation notice published 11-10-2005 is further revised to the following. The response deadline is unchanged and remains 12-7-2005. However, the time for questions to be received is extended to NO LATER THAN 4:00 P.M. NOVEMBER 25, 2005, addressed to either Paulette Roseboro, Senior Contract Specialist or Ms. Sinnammal Souppaya, Contracting Officer, e-mail: Infrastructure@mcc.gov subject line should state: Infrastructure A-E Services. NO QUESTIONS WILL BE ANSWERED BY TELEPHONE—PLEASE DO NOT CALL. The following changes are made to the Pre-solicitation Notice. (For ease of reading, the Pre-solicitation Notice Revision of 11-10-05 has been updated and entitled “Pre-solicitation Notice (Revision 2)” and reprinted in entirety under upload Revision 2.) Section 1, “Contract Information”, delete the second and third paragraphs and replace with the following: The value and ceiling of each contract will be determined based on the sub-sector(s) and competency area(s). The cumulative maximum value of task orders issued will not exceed $20 million per year. The minimum guarantee for EACH CONTRACT AWARDED shall be $2,500 for the contract base period and each option year exercised. Work will be issued by negotiated firm fixed price or time and materials task orders. Performance will be authorized through the competitive award of individual task orders each of which will have a specific scope and period of performance. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Section 1, “Contract Information”, delete the last paragraph and replace with the following: To be eligible for award, the potential contractor(s) must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. Foreign companies are directed to the Vendor Corner of the CCR, http://www.ccr.gov/vendor.asp, specifically answer under Tips for Companies Located Outside the United States. No RFP will be issued as a result of this notice. Section 3, “Selection Evaluation Factors and Sub-factors”, the following language is inserted between section “3 Selection Evaluation Factors and Sub-factors” and sub-section “3.1 Professional Qualifications”. 3 Selection Evaluation Factors and Sub-factors (Special Notice: Considering multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract awards are anticipated under each of the three (3) focuses (1) infrastructure sub-sector(s), (2) geographic region(s), and (3) competency areas(s), rate negotiations will be conducted with firms ranking as highest qualified firms for each focus. Task Orders will be negotiated with the most preferred firm in accordance with FAR 36.606 after evaluation board review of the IDIQ contractors under the associated focus.) For this pre-solicitation notice evaluations will be conducted under two (2) separate evaluation tracks. Responses will initially be reviewed to determine the firm’s experience in successfully competing for MCC contract awards. Those firms demonstrating previous success in obtaining contract awards from MCC for similar services will be evaluated under Track 1. Firms without previous experience in obtaining contract awards with MCC will be evaluated under Track 2. Note that the Submission Requirements in Section 4 apply to responses under both Track 1 and Track 2. Track 1 Evaluations Track 1 evaluations will be conducted prior to Track 2 evaluations. Award of the multiple IDIQ contracts under Track 1 will be made upon conclusion of evaluations and rate negotiations. It is anticipated that award of IDIQ contracts under Track 1 will be completed on/about 1-10-2006. To meet this award schedule, firms selected as highest qualified firms will have two (2) business days from date of request to submit rate proposals. MCC anticipates commencing competitive task order award activitll be based on the NAICS code which best describes the general nature of the services provided by the firm. Firms may determine their business size by going to https://eweb1.sba.gov/naics/dsp_naicssearch2.cfm. Based on the array of contractor business sizes under the IDIQ awards, the MCC may determine, on a task-order-by-task-order basis, to set aside competition under a specific task order for participation by qualified small business contractors. The size determination of small business, in this instance, will be based on the NAICS code assigned to the task order. D. Section 1, “Contract Information”, delete the eighth paragraph. It has been incorporated under Section 3, “Selection Evaluation Factors and Sub-factors”, the revised paragraph 4. E. Section 2, “Project Information”, the following language is inserted at the end: 2.5 Security The Contractor shall be SOLELY responsible for providing background investigations on ALL personnel who are assigned in the performance of any/all work done under individual task orders, as well as paying the cost of background investigations. Work cannot begin on a task order until the requirements stated here and below are met. The work performed under this contract shall only be accomplished by individuals (in the employment of the Contractor or any Subcontractors) whose conduct is consistent with applicable security levels, the requirements of this contract, and acceptable to the Contracting Officer (CO) in conjunction with the MCC Security Office. The risk/sensitivity level designation of the activities performed under this contract will be specified in the individual task order (low/moderate/high risk). In the event a task order is issued without the risk/sensitivity level designated, the contractor shall provide background investigation commensurate with a high risk level. The Contractor shall conduct a background investigation of each individual prior to that individual performing work under a task order and affirmatively determine that each individual meets this contract’s minimum standards of acceptability. The minimum standards of acceptability shall be at least commensurate with the suitability determinations contained in the DOI Departmental Manual Part 441, Chapter 3 which is available on the internet at http://elips.doi.gov/app_home/index.cfm?fuseaction=home or as may be otherwise determined by the MCC Security Office. In response to a task order, the contractor shall propose only those individuals who have, or are in the position to successfully complete, the required background investigations. The contractor shall provide to the COTR, within 3 business days after task order award, written confirmation that Contractor/subcontractor personnel under the task order has had the required background investigation and has a favorable determination of their suitability prior to commencement of any work. For each individual, the written confirmation will include a listing providing the individual’s full name, date of birth, place of birth, social security number (except for foreign contractors not issued a number) and home address. In addition, the contractor will provide a central point-of-contact regarding personnel security issues. The contracting officer will send a copy of the listing and point-of-contact to the MCC Security Office. It is the MCC Security Office’s responsibility to determine if further information or background investigations are needed. Contractor personnel shall be reinvestigated by the Contractor (or subcontractor, as appropriate) on a periodic basis; however, at least annually. The Contractor shall notify the CO and COTR immediately when its employee is reassigned, or leaves the Contractor’s (subcontractor’s) employ. Prior notice shall be given to CO and COTR immediately in the case of an unfriendly termination. In the event of a disagreement between the Contractor and the MCC concerning the suitability of a particular employee to perform work under this contract, the MCC Contracting Officer shall have the right of final determination. Determinations under this requirement are subject to the Disputes Clause. Failure of the Contractor to comply with the requirements of this clause would constitute grounds for termination for default. F. Section 3, “Selection Evaluation Factors and Sub-factors”, paragraph 4, “Submission Requirements” delete first and third paragraphs and insert the following: 4. Submission Requirements (Track 1 and Track 2) A. For award of contracts allowing competition under task orders for Professional Technical Services INCLUDING architect/engineering services: Final selection of the most highly qualified firms and negotiation of contract rates will be done in accordance with FAR Part 36. Interested firms having the capabilities to perform this work must submit three (3) copies of responses including SF 330, Parts I and II (GSA Form Library at www.gsa.gov). Responses should be submitted considering the instructions on the SF330 and the information requested in this pre-solicitation notice. Additional sheets and supplemental information may be included; however, unnecessarily elaborate and lengthy supplemental information is discouraged and may reflect that the responding firm does not understand the requirement and the specific information requested. Considering FAR Subpart 36.6 procedures and that multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract awards are anticipated under each of the three (3) focuses (1) infrastructure sub-sector(s), (2) geographic region(s), and (3) competency areas(s), price (labor and burden rate) negotiations will be conducted with firms ranking as highest qualified firms for each focus. When work is identified, following award of IDIQ contracts, task order specific services and selection criteria will be provided to the contractors to supplement their SF330s. The SF330s and supplements will be used to determine the most highly qualified firms. Task Orders will be negotiated with the most preferred firm in accordance with FAR 36.606 after evaluation board review of the IDIQ contractors under the associated focus. B. For award of contracts allowing competition under task orders for Professional Technical Services EXCLUDING architect-engineering services: Responses must be submitted responding to all of the selection evaluation factors and sub-factors provided above. Responses must be in 2 sections: Technical and Price. The format of the response is at the discretion of the firm; however, the response must clearly present the firm’s capabilities, capacity, and past performance for evaluation. Evaluation will be based solely on the information presented in the response. The Technical part shall include the firm’s technical response to this notice. The Price part shall include the fully burdened direct labor rates for each labor category proposed and any other burdened rate and its application. Technical evaluation will be in accordance with the above evaluation factors and sub-factors. Price evaluation will be performed to determine the reasonableness of each firm’s pricing. Price evaluation will consider the base and option year rates. The Government may determine that pricing is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the MCC to exercise the option(s). Award will be made to the firm whose submission represents the best value to the MCC. The MCC will consider price as a factor in the evaluation; however, the non-price evaluation factors when combined are significantly more important than price. Firms wishing to receive awards for professional technical services including AND excluding A-E services MUST submit responses in accordance with paragraph A below. C. General G. Section 3, “Selection Evaluation Factors and Sub-factors”, paragraph 4, “Submissi NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-06-RFP-0007/listing.html)
 
Place of Performance
Address: Domestic and International
 
Record
SN01036070-F 20060428/060426223042 (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.