Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

V -- SALES PROGRAM TRAILER DEACTIVATION

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - LA, 415 N. 15th Street, Baton Rouge, LA, 70802, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFELA-07-R-0044
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
8a Competitive
 
Description
Description Combined Synopsis/Solicitation This is a combined synopsis/solicitation; no separate solicitation document will be issued. The statement of work for this project includes the items listed below. The contractor shall provide all labor, materials, equipment, transportation, and supervision required to perform deactivation of trailers as described below. All work shall be accomplished in accordance with, but not limited to the contract, statement of work, common work practices, and industry standards. Description of requirements (Statement of Work) for the items to be required: CLIN 0001 - Unblocking and Unstrapping 1.The contractor shall de-energize or shut-off at the source and disconnect and properly cap, all utility, electric, water, sewer, and gas, and any other connections which inhibit the unit's movement. 2.The contractor shall remove all strapping and anchoring implements. 3.The contractor shall disconnect and properly cap and/or terminate all utilities. 4.The contractor shall remove all blocking and debris associated with the unit installation, habitation and deactivation excluding implements related to utilities (i.e. sewer, water, power.) 5.The contractor will abide by all applicable codes, laws or policies when performing work under this contract. CLIN 0002 - Site Clean Up 1.The contractor shall remove all material related to the unit from the site excluding implements related to utilities. a.This may include, but is not limited to deconstruction and removal of stairs, platform stairs, ramps, any other items related to the habitation of the unit. b.It may also include filling and tampering holes and ditches as well as any other possible safety and sanitary hazards and/or health concerns that could be associated with the deactivation and removal of the unit. 2.The contractor will abide by all applicable codes, laws or policies when performing work under this contract. CLIN 0003 - Utility Removal 1.If necessary, the contractor shall de-energize or shut-off at the source and disconnect and properly cap, all utility, electric, water, sewer, and gas, and any other connections which inhibit the unit's movement. 2.The contractor shall remove all material related to the utilities of a unit from the site. a.This may include, but is not limited to removal of any sewer lines, water lines, and/or power poles. b.It may also include filling and tampering holes and ditches as well as any other possible safety and sanitary hazards and/or health concerns that could be associated with the removal of materials related to the utilities of a unit. 3.The contractor shall abide by all applicable codes, laws or policies when performing work under this contract. CLIN 0004 - Unit Transportation 1.The contractor shall transport the unit to a FEMA designated location. There is no current designated delivery location so the contractor will provide a per mile itemization. 2.The contractor shall ensure that the unit is transportable and meets all necessary requirements to be transported/towed on public roads. Schedule of Prices The contract line item numbers and items, quantities and units of measure are: Line Item Item Description Quantity Unit Price CLIN 0001 UNBLOCKING & UNSTRAPPING 1 EACH UNIT PRICE CLIN 0002 SITE CLEAN UP 1 EACH UNIT PRICE CLIN 0003 UTILITY REMOVAL 1 EACH UNIT PRICE CLIN 0004 TRANSPORTATION 1 MILE UNIT PRICE Notice: Due to the unknown quantity, the award will be issued with a not to exceed dollar limitation. Period of Performance: One year from date of award with 1 option period Questions or Comments: Any questions or comments must be in a written form addressed to Tisha Lee no later than Monday, July 16, 2007. Transmittal of the questions or comments must be made by fax to 225-379-4027, email to Tisha.Lee@dhs.gov, or mailed to DHS/FEMA, Attn: Tisha Lee, 415 N. 15th Street, Baton Rouge, LA 70802 and must be received no later than 04:00 p.m. CST on Monday, July 16, 2007. Prior to faxing, send an e-mail to Tisha.Lee@dhs.gov or call 225-334-7702 to confirm receipt of transmission. Closing Date Combined/Solicitation Closing Date: Friday, July 20, 2007 Both the Technical and Price proposal must be delivered together. Each offeror shall sign his/her proposal. Responding offerors must provide their company name, contact with telephone number, and signature. Transmittal of the proposal must be submitted by email to Tisha.Lee@dhs.gov, or mailed to DHS/FEMA, 415 N. 15th Street, Baton Rouge, LA 70802 and must be received no later than 3:00 p.m. CST on Friday, July 20, 2007. Oral responses will not be accepted. We anticipate a firm fixed-price award of one (1) contract for each of the zones identified below from this solicitation. Each offeror shall specify in his/her proposal the zone for which consideration is requested. Offerors may compete for more than one zone, should they prove they have the resources and management ability to assume more than one of the contemplated contract awards. Identification of Zones Zone Parish 1 Orleans 2 St. Tammany and Washington 3 Plaquemines and St. Bernard 4 Ascension, Assumption, Jefferson, Lafourche, Livingston, St. Charles, St. Helena, St. James, Tangipahoa,and Terrebonne 5 Acadia, Allen, Avoyelles, Beauregard, Bossier, Caddo, Calcasieu, Caldwell, Cameron, Catahoula, Concordia, De Soto,East Baton Rouge, East Carroll, East Feliciana, Evangeline, Franklin, Grant, Iberia, Iberville, Jackson, Jefferson Davis,Lafayette, Madison, Morehouse, Natchitoches, Ouachita, Point Coupee, Rapides, Red River, Richland, Sabine, St. John The Baptist, St. Landry, St. Martin, St. Mary, Tensas, Union, Vermillion, Vernon, Webster, West Carroll, and West Feliciana Terms and Notices This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSFELA-07-R-0044 and is issued as a Request for Proposal (RFP). Prospective contractors must be registered in accordance with FAR 52.204-7 Central Contractor Registration (CCR) (July 2006) before an award can be made to them. The company must have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. ORCA's website is https://orca.bpn.gov/. This procurement is being issued as 100% 8(a) SET-ASIDE and only qualified offerors may submit a proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $13.0 million. A copy of the contractors certified status as an 8(a) business from SBA will be required with submission of proposal package. Work will be performed in the declared disaster areas of Louisiana. Offeror shall provide supporting documentation which confirms that the firm resides or primarily does business in the State of Louisiana. FAR clauses 52.226-3 Disaster of Emergency Area Representation (Aug 2006), 52.226-4 Notice of Disaster or Emergency Area Set-Aside (Aug 2006), Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2006) and 52.219-17 Section 8(a) Award (Dec. 1996) apply. Your offer will not be considered if you are not able to establish compliance with these provisions or not able to clearly and convincingly establish that your firm resides or primarily does business in the State of Louisiana. Wage Determination SERVICE CONTRACT ACT WAGE DETERMINATIONS: Can be found at: http://www.wdol.gov/sca.aspx#8 WAGE DETERMINATION NO: 2005-2229 REV (4) DTD 05/29/2007;2005-2231 REV (4) DTD 05/29/2007;2005-2235 REV (4) DTD 05/29/2007; 2005-2505 REV (4) DTD 05/29/2007 Instructions to Offerors The provision at FAR 52.212-1-- Instructions to Offerors (Jan 2005) - Commercial Items apply to this acquisition. Proposals will be evaluated on past performance, key personnel, and price and price related factors. FAR 52.212-2 Evaluation - Commercial Items (Jan. 1999) applies. Evaluation Criteria and Basis For Award The Offeror's proposal shall contain a response to each of the factors identified below. The evaluation of this proposal will be based on the Technical and Price proposals submitted by the offeror. FACTOR 1: PAST PEFORMANCE The quality of an Offeror's past performance will be evaluated based on references provided by the Offeror, information the Government obtains through reference checks, and/or from other sources (to include but not be limited to other contracting offices, the Past performance Information retrieval Systems, and the Defense Contract Audit Agency (DCAA)). Offerors shall provide three (3) references for requirements of similar size, scope, and complexity to the acquisition of Light Deactivation in Support of the Applicant Sales Program. Contact information, phone numbers, facsimile numbers, and email addresses shall be provided and the offeror is responsible for ensuring accurate contact information is provided and encouraged to contact its references in advance to notify that they may be contacted by the evaluation team for this solicitation. The Government reserves the right to perform customer surveys only for those contracts which are deemed by the Government to be most relevant to this procurement. The past performance section shall be limited to six (6) pages. FACTOR 1 EVALUATION AND SCORING STANDARDS: Significant confidence: The Offeror's past performance record provides little doubt that the Offeror will successfully perform the required effort or exceeds our requirement. Confidence: The Offeror's past performance record indicates the Offeror can successfully perform the required effort. Unknown confidence: The Offeror has no relevant performance record. A review was unable to identify any relevant past performance information. This is a neutral rating. It does not hinder nor help the Offeror. Little confidence: The Offeror's past performance record provides substantial doubt that the offeror will successfully perform the required effort. No confidence: The Offeror's past performance record provides extreme doubt that the offeror will successfully perform the required effort. FACTOR 2: KEY PERSONNEL Offerors will be evaluated on the ability of their key personnel to clearly demonstrate their understanding, knowledge, and experience to meet the requirements identified in this solicitation. In addition, proposed key personnel will be evaluated on their experience in past requirements. Offerors shall provide resumes which include a description of the experience and capability for the proposed key personnel. Descriptions shall address such items as the individual's background, education, work experience and accomplishments. Resumes shall also demonstrate the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort. At a minimum, the following positions will be considered key personnel: project manager, quality control manager, and technical manager. Each resume shall be limited to two (2) pages and one introductory page is allowed; therefore the key personnel section is limited to six (6) pages. FACTOR 2 EVALUATION AND SCORING STANDARDS: Superior: Offeror demonstrates excellent understanding of the requirement and the experience and capabilities of the proposed personnel significantly exceed performance or capability expectations. There are no significant weaknesses. Satisfactory: Offeror demonstrates good understanding of the requirement and the experience and capabilities of the proposed personnel meet the performance or capability expectations. There are no significant weaknesses. Marginal: Offeror demonstrates shallow understanding of the requirement and the experience and capabilities of the proposed personnel marginally meet performance or capability expectations necessary for minimal but acceptable contract performance. There are weaknesses that may be correctable. Continuous government oversight of the Offeror's proposed key personnel may be necessary in order to achieve performance requirements. Poor: Offeror fails to demonstrate understanding of the requirement and the experience and capabilities of the proposed personnel fail to meet performance or capability expectations. There are unacceptable weaknesses. Changes to the Offeror's proposed key personnel would be necessary in order to achieve performance requirements. FACTOR 3: PRICE AND PRICE RELATED FACTORS Offerors shall be evaluated on their ability to provide a sound competitive offer associated with the requirement identified within the solicitation. The proposed price will be evaluated to determine fairness and reasonableness, and realism as compared to Independent Government Estimate (IGE) and the prices proposed by other offerors. The offeror must reflect a clear understanding of the requirement, and must be consistent with the methods described in the offeror's proposal. There is no page limitation for the price section; however, extraneous or past performance and key personnel information included in the price section will not be evaluated. CLAUSES THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE (FAR 52.252-2 Feb. 1998) The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52-225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4. The full text of a FAR clause may be accessed electronically at http://acquisition.gov/far/index.html. The selected Offeror must comply with the following commercial item terms and conditions. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to Tisha.Lee@dhs.gov so that they are received at that email address no later than the closing date and time for this solicitation. This solicitation is set aside geographically for Louisiana Vendors only, in accordance with the Robert T. Stafford Act PL. 106-390 as amended June 2006. THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT OPTION TO EXTEND SERVICES (NOV 1999)(FAR 52.217-8) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. REQUIRED INSURANCE (JAN 1997)(FAR 52.228-5) The Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. (1)Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. (2)General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (3)Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. Point of Contact Name: Tisha Lee, Title: Contract Specialist, Phone: (225) 334-7702, Email: Tisha.Lee@dhs.gov
 
Place of Performance
Address: Various Parishes Throughout the State of Louisiana
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01340461-W 20070714/070712220709 (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.