Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

B -- Coal Based Energy Generation Evaluations and Assessments

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
 
ZIP Code
00000
 
Solicitation Number
DE-RQ26-06NT42944
 
Response Due
7/31/2006
 
Archive Date
1/31/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice for Technical/Systems Data -- Coal-Based Energy Systems in support of the Department of Energy (DOE) National Energy Technology Laboratory (NETL). THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference "Request for Quote No. DE-RQ26-06NT42944". This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The Contract Type being considered for this award is a Firm-Fixed Price type contract. The North American Industry Classification System (NAICS) Code is 519190 with a corresponding qualifying size standard of $6,500,000 (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE NETL intends to purchase the following Line Items: CLIN 0001 -- Engineering and economic evaluations and market assessments of advanced coal generation systems, 1 Lot; CLIN 0002 -- Gasification based power plant development, 1 Lot; CLIN 0003 -- Combustion based power plant development, 1 Lot; CLIN 0004 -- Engineering Option 1, 1 Lot; CLIN 0005 -- Gasification Option 1, 1 Lot; CLIN 0006 -- Combustion Option 1, 1 Lot; CLIN 0007 -- Engineering Option 2, 1 Lot; CLIN 0008 -- Gasification Option 2, 1 Lot; CLIN 0009 -- Combustion Option 2, 1 Lot. The resultant contractor is to provide current data and analysis information in the outlined subject areas via area reports. The Statement of Work is provided at the IIPS. The period of performance of the Base Period is from the date of contract award through one-year thereafter; Option Period 1 is through two-years after date of award; and Option Period 2 is through three-years after date of award. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) applies to this acquisition with the following addenda: Information required to be submitted with your quotation is listed below in two categories ??? Technical Proposal and Price Proposal. The prescribed information is required to be submitted with your offer in order to be considered for this requirement. TECHNICAL PROPOSAL: Page limit -- Maximum of two one-sided pages, 12 point font minimum, single spaced, 1" margins, and when printed will fit on size 8 1/2" by 11" paper. The technical discussion should clearly address the following: Describe to what extent you can provide information for each of the areas listed in the CLINS and the Statement of Work. PRICE PROPOSAL: No Page Limit. Pricing information should be clearly identified for each CLIN. SELECTION CRITERIA: The Government intends to award one contract to the responsible offeror whose proposal is responsive to the quotation and is determined to be the best value to the Government. Selection of the best value to the Government will be achieved through a process of evaluating each offeror??? s quotation in accordance with the evaluation criteria below. The Technical Proposal is more important than the Price Proposal. The Technical Proposal will be reviewed to determine the capability of the offeror to provide information in the areas listed in the Statement of Work. The quality and relevance of the items submitted in the Technical Proposal will be evaluated. Hence, it is important to present the information in a clear, convincing, and logical fashion. The Government is more concerned with obtaining a superior technical proposal than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one quotation over another. The Government may choose to discuss quotations with any or all offerors at any time prior to award of a contract for clarification or to seek better terms. The proposed cost will be evaluated for reasonableness and realism and adjustments may be made as necessary. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each offer. All offers submitted in response to this quotation will be evaluated and scored. The provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) applies to this acquisition. Offerors shall include a completed copy of this provision. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov., the offeror shall complete only paragraph (j) of this provision. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005); (7) 52.219-8, Utilization of Small Business Concerns (May 2004); (14) 52.222-3, Convict Labor (June 2003); (15) 52.222-19, Child Labor???Cooperation with Authorities and Remedies (Jan 2006); (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (17) 52.222-26, Equal Opportunity (Apr 2002); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); (25) 52.225-5, Trade Agreements (Apr 2006); (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (31) 52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration (Oct 2003); (34) 52.239-1, Privacy or Security Safeguards (Aug 1996). In addition to the FAR 52.212 clauses, the following FAR clauses apply: 52.217-5 -- Evaluation of Options (Jul 1990); 52.217-8 -- Option to Extend Services (Nov 1999), Addendum 15 Calendar days; 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000), Addendum 15 calendar days, 30 calendar days, and 36 months. SUBMISSION REQUIREMENTS: To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). You may register via the internet at www.ccr.gov. Firms are also required to be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the quotation. IMPORTANT: Firms must submit complete data on all the selection criteria, including each specific sub-element requested by the closing date. Specific, clear, detailed submissions will receive higher consideration over generic or incomplete submissions. Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror's responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenPage. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods or by the due date and time will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN July 31, 2006 at 4:30 PM local time on the date specified on the IIPS system. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenForm. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed through IIPS.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/608FDD788A1A4427852571B5006BFADB?OpenDocument)
 
Record
SN01096143-W 20060726/060724220302 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.