Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

99 -- Detailing, Fabrication, and Delivery of Wayside Exhibit Panels and Bases for Gulf Islands National Seashore

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
N1106080102
 
Response Due
9/16/2008
 
Archive Date
8/25/2009
 
Point of Contact
Melody L. Wolfe Procurement Technician 3045356495 melody_wolfe@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Proposal Number N1106080102 constitutes the entire solicitation. Proposals, warranty information and business management/cost proposals are being requested. The National Park Service has a requirement for the detailing, fabrication, and delivery of 228 wayside exhibit panels, 10 bulletin boards, six bulletin cases, and 244 wayside exhibit bases for Gulf Islands National Seashore, Florida and Mississippi. Due to space limitations, the complete commercial item specifications are contained in Request for Proposal Number N1106080102 which is available via Electronic Commerce. No paper copies of the solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is a total small business set-aside. Responses are due on or before September 16, 2008. The North American Industry Classification System (NAICS) code is 339950 and the related small business size standard is 500 employees. It is anticipated that one award will be made on or about October 26, 2008. The award will be for a firm-fixed-price contract. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.227-17 Rights in Data -- Special Works, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.245-1 Government Property Offerors should submit the following: 1. Past Performance in accordance with Attachment A.8 - Provide two references of contracts that are similar in size, complexity and nature to this project. The past performance information submitted for evaluation under this solicitation should first correspond to the samples of work. Samples should represent work which is either on-going or has been completed during the past five years. It should also represent the involvement of the proposed Project Manager and key personnel, including subcontractors. Offerors that are newly formed individual entities, without prior Federal, State or Local Government contracts, can list work contracts, subcontracts or other related work experience with previous employers. 2. Comprehensive Plan including Project Management. This plan should identify how the work will be performed under this contract and shall include a proposed schedule. The accepted plan will become a part of the resultant contract. At a minimum, the plan should include the following: A. Project Manager Identify your Project Manager and describe coordination and interaction between the Project Manager and your firm's management, employees, and subcontractors. Detail how the Project Manager will accomplish quality control, track project work, and provide information about other duties and obligations that the Project Manager may have which could impact the work of this contract. B. Technical Approach Provide a narrative description of how you will accomplish this project. Of particular interest is the coordination of graphic panel fabrication with base fabrication to ensure proper fit of graphic panels; and, your technique for the fabrication of tactile panels specified for Group 2. Please propose a schedule and address how coordination of all activities and sequences of work for the following areas will be accomplished: (1) Cost estimating, tracking, and reporting throughout the project. (2) Pre-production tasks including: (a) Making changes to government-furnished graphic production files; (b) Preparation of shop drawings, technical specifications, and your proposal for wayside exhibit lighting equipment and folder holders; and (c) Production of samples and prototypes. (3) Off-site production including: (a) Fabrication of all structures; (b) Production of all graphics; (c) Exhibit delivery and staging; and (d) Organization of closeout materials. 3. Samples of Work The offeror should provide samples of at least two completed exhibit projects that are similar in size, complexity and nature to this project and produced within the last five years, which demonstrate the ability of proposed personnel and designated subcontractors. Samples provided should demonstrate the ability to manage, plan, design, and produce graphics and structures that are similar in design and function to the wayside exhibits to be fabricated under this contract. Samples that demonstrate the fabrication of tactile graphic elements and Braille are of particular interest. Samples that represent the work of the organization but not identified specifically as produced by proposed personnel and subcontractors will not be evaluated favorably. A. Exhibit Projects The offeror should provide a minimum of three 8" x 10" color photographs of each sample project to evaluate the quality of workmanship, size, and scope of each of the sample projects referenced. Samples of work must be submitted for all subcontractors. Identify each sample with the following information: (1) Name and location of the project; (2) Name of client, contact person, and telephone number; (3) Offerors role in the project (i.e., primary contractor or subcontractor); (4) Describe the specific work performed by your firm for each project (i.e.: fabricated all exhibit structures; fabricated graphic panels; etc.); (5) Name and specific job responsibilities of proposed key personnel, including subcontractors who worked on the sample project (i.e., project manager, installation team leader, or production supervisor); (6) Award price and actual completion price; (7) Date of contract award, scheduled completion date, and actual completion date; and (8) Explain any modifications or time delays. 4. Personnel The offeror should identify personnel, including key personnel, proposed for use under this contract as a list at the beginning of this section. The list shall identify each person by name, title, organization, full or part-time, and either "Key" personnel or not. In this list, also identify if the person is a part of your staff or a subcontractor. The government considers the strength of the entire team essential for this project. Resumes should include any training or experience in the fabrication of tactile graphics, or similar types of fabrication experiences. More than one individual may be identified for a position. At a minimum, submit resumes for the following individuals: o Project Manager;o Fabrication Shop Supervisor;o Graphics Shop Supervisor; ando Model Maker. Each resume should include: A. Name of person, title, and statement of their primary duties; B. Person's proposed role(s) and responsibilities under this contract; C. Person's list of projects, and description of role (not title) on each project; D. Employment history: o Present and previous employers;o Beginning and ending dates of employment for each employer;o Job title(s) for each position; ando Description of the specific duties for each position. E. Related work experience for each employer, identifying: o Each project by name;o Type of project and dates; ando Position, title, and specific duties and responsibilities for each project listed. Exclude information that is not relevant to the person's designated role in their project. Provide a letter of commitment for all subcontractors proposed for use under this contract which states the following: "I certify that the individuals proposed to comprise the project team are committed to and will perform work required in the contract. If substitution becomes necessary, the substitutes will possess at least the same level of qualifications and ability as the individuals they replace. Substitutions must be approved in advance by the Contracting Officer. For the proposed substitution, a resume must be submitted to the Contracting Officer." 5. Business Management/Cost proposal which includes the following: A. Level of Effort, Supplies or Services and Prices/Costs, and Attachment A.1, Contract Pricing Form. B. Warranty Terms and Conditions for Various Exhibit Elements C. Completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. D. Brand Name or Equal Certification. E. Three originally signed copies of Standard Form 1449. F. Proposal Summary and Data Sheet. G. SF-LLL, Disclosure of Lobbying Activities. H. DI-1963, Certification Regarding Lobbying. I. ACH Enrollment Form. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria. Evaluation criteria are listed in descending order of importance. 1. Past Performance - Weight = 40 points Evaluation will be performed only for existing and prior contracts for work similar in nature and complexity to that required by the solicitation and shall include the following: A. Quality of Products and Services. Demonstrated ability to perform exhibit design and production services in accordance with required design specifications. Conformance to good standards of workmanship and quality control. (0-10) B. Customer Satisfaction. Satisfaction of end users with the completed exhibits and/or displays. (0-10) C. Timeliness of Performance. Compliance with delivery schedules; reliability; and responsiveness to technical direction. (0-10) D. Business Relations. Effective management, ability to manage projects involving subcontracts, working relationship with the Contracting Officer and Contracting Officer's Representatives, reasonable/cooperative behavior, flexibility, effective contractor recommended solutions, businesslike concern for government interests, and provides current, accurate, and complete billings. (0-10) 2. Comprehensive Plan including Project Management - Weight = 30 Evaluation will be based on the adequacy and feasibility of the Comprehensive Plan including quality control and proposed schedule. Special emphasis will be placed on project management and how well the technical and management approaches will ensure the quality, timeliness, and effectiveness of finished products. 3. Samples of Work - Weight = 20 Evaluation will be based on samples of work that demonstrate the ability of proposed personnel and subcontractors to manage and produce graphics and structures that are similar in design and function to wayside exhibits to be fabricated as part of this contract. 4. Personnel - Weight = 10 Evaluation will be based on the qualifications, education, knowledge, and work experience of all personnel, including subcontractors, proposed for use under the contract. Special emphasis will be placed on personnel's training and/or experience in the fabrication of tactile graphics or similar types of fabrication. Award Criteria: One award is planned. A contract will be made to that responsible offeror whose offer, conforming to the solicitation will be most advantageous to the government, cost or price and other factors considered. Technical quality, including past performance, will be considered more important than cost or price. Warranty information will be included in the best value determination. In the case of an offeror with respect to which there is no information on past contract performance, or with respect to which information on past contract performance is not available, the offeror will not be evaluated favorably or unfavorably on the factor of past contract performance. In other words, past performance will be treated as neutral. This will be accomplished by giving a new firm the average score of the other competing offeror's and evaluating the proposal in accordance with the other stated evaluation criteria, (FAR 15.608(2)(iii)).Loaded labor rates will be evaluated to establish the reasonableness of the proposed loaded labor rates in relation to the personnel proposed for the contract. Prices proposed for materials and equipment will also be examined to establish price reasonableness where possible and cost reasonableness, as appropriate. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest loaded labor rates and prices. Likewise, award will not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. A thorough examination will be made to determine an offerors adequate understanding of the Scope of Work related to proposal presentation, cost and other factors considered. The question to be decided in making the final selection will be whether a proposal scoring better is worth the dollar difference, if any. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and the evaluated cost or price become essentially equal, other factors may become the determining factor. The government will consider other factors, as listed below in descending order of importance, secondary to technical, past performance, and cost or price; (1) HubZone small business concerns;(2) Small business concerns which are also minority owned and operated; (3) Women-owned firms; and(4) Service-disabled veteran-owned small business firms. In addition to the evaluation of technical merit, the cost, or price, and other factors, the standards for determining an offeror's responsibility as set forth in FAR 9.104-1, will be examined and considered. Additional factors which are not specifically set forth in this solicitation, but which are prerequisites for award as implied by law, regulation or public policy will be considered in the determination of an offeror's acceptability. All proposals should be submitted in an original and four copies for receipt no later than 4:00 p.m., EST, September 16, 2008, and shall be clearly marked with Request for Proposal Number N1106080102. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late as stated in FAR Part 52.212.1(f). All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Administrative Specialist; Request for Proposal Number N1106080102; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) will not be accepted. The offeror agrees that the proposal is valid for a period of 90-days after the closing date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2001c04158dea3cc68d6637edd7234f&tab=core&_cview=1)
 
Place of Performance
Address: Gulf Islands National Seashore<br />
Zip Code: 32563<br />
 
Record
SN01649745-W 20080827/080825220956-d2001c04158dea3cc68d6637edd7234f (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.