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
DOCUMENT

Z -- Maintenance and Deactiviation of Mobile Home Trailers - QASP - PWS - Past Performance - CLINS

Notice Date
8/25/2008
 
Notice Type
CLINS
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Disaster Operations & IT Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-08-R-0177
 
Point of Contact
Aubrey J McKinney,, Phone: 202.646.7916
 
E-Mail Address
aubrey.mckinney@dhs.gov
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HSFEHQ-08-R-0177 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. This requirement is 100% set-aside for small business under NACIS Code 238990 and 500 employees. A list of contract line item number(s), quantities and units of measure, (including option(s), are attached - see "Section B - Continuation Block." The description of requirements for the items to be acquired are attached, entitled "Attachment B, Performance Work Statement." Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Evaluation 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The three (3) technical factors - Past Performance, Company Experience and Technical Approach when combined -- are more important than the Price/Cost (non-technical factor). Refer to FAR 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process. This is a competitive Small Business set-aside requirement. This RFP is limited to proposing firms residing or doing business in the state of Indiana. This preference is invoked by Section 307 of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USC 5150), as amended by the President on 20 April 2006 (42 U.S.C. 5150) and implemented in FAR 26.200. The NAICS code for this acquisition is 561210, 484220, 236117 and 238990. The technical proposal shall be limited to thirty (30) single-sided pages to include resumes. Any pages in excess of thirty (30) will not be evaluated. Technical proposals must be submitted in the following format and must address each of the following elements: Technical Evaluation Factors FACTOR 1: PAST PERFORMANCE The quality of the offeror's past performance will be evaluated based on comparison of Past Performance Questionnaires with information the government obtains through reference checks, its own knowledge/experience, and/or from other source. The past performance evaluation will assess the offeror's record of how well the offeror did on work for government and private sector clients. This evaluation will include assessments of the offeror's resilience in the face of trouble, resourcefulness, and management determination to see that the organization lived up to commitments or standards. The government reserves the right to conduct telephone interviews to validate information provided in the past performance questionnaires and to obtain additional information from other internal and external sources, if known. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be given a favorable or unfavorable evaluation rating. The offeror will receive a neutral rating for the past performance factor. PERFORMANCE QUESTIONNAIRE FACTOR 2: COMPANY EXPERIENCE The experience of the offeror and of proposed subcontractors and/or partners intended to occupy a major role will be considered in evaluation and selection. The government will evaluate each offeror's corporate experience in providing services, which are of similar nature to the work to be performed under the requirement described in this solicitation. Specifically, jobs that are of similar scope, complexity, contract type, and period of performance, in relation to the requirements of this solicitation are of particular interest to the government. The government reserves the right to conduct telephone interviews to validate corporate experience and to obtain additional information from other internal and external sources, if known. FACTOR 3: TECHNICAL APPROACH The offeror is to address their understanding of FEMA's requirement to include their technical approach to fulfilling the requirement. Specifically, the offeror shall provide a draft Phase-In Plan that addresses how they plan to prepare to assume the maintenance and deactivation requirement from the current contractor. This will include obtaining information/documentation on the occupants who are currently living in the housing units such as their address and contact information, what work has been performed to date, as well as any work that needs to be completed before they are transferred to the new contractor. The phase-in plan shall include a timeline with dates and key tasks to be performed starting with contract award up to acceptance of the first twenty (20) units and what steps will be taken during that time to achieve phase-in and assume regular maintenance and deactivation requirements (i.e. finalizing subcontracts, if applicable; hiring new staff if necessary; training staff on the contract requirements; setting up a service call center finalizing internal standard operating procedures to be used in performing the contract requirements, finalize draft plans, etc.). In addition, the offer shall address their Quality Control Plan (QCP) to be used in the performance of the contract. Specifically, they should address the quality control methods to be used and if they have used them successfully in other work preformed. The offeror should also address if their quality control plan is IS9000 accredited or has received some other type of quality control accreditation. QUALITY ASSURANCE SURVEILLANCE PLAN The offeror shall address their Operations Plan. This plan will detail how the offeror plans to manage to work (i.e. how work will be staffed, how work will be accepted/issued, what procedures will be followed to ensure work is being performed in a timely manner and of high quality, what corrective action of measures will be taken when work is not preformed in accordance with contract terms and conditions/QC plan, etc.). NON-TECHNICAL FACTOR 1. Price (Non-Technical Factor): Contractor is to demonstrate the ability to provide a sound competitive offer associated with the services identified within the solicitation. The government will evaluate the offeror's price for fairness and reasonableness. Price, while being an important factor, is not in and of itself the determining factor in the selection of the successful offeror for award of the contract contemplated by this solicitation. Price is not scored/weighted; rather, each offeror's price will be evaluated for fairness and reasonableness as compared to Independent Government Cost Estimate (IGCE), prices proposed by other offerors, and/or other cost/price estimates for similar requirements. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition FAR Clause 52.226-3 Disaster or Emergency Area Representation (Nov 2007) applies to this acquisition. FAR Clause 52-217-4, Evaluation of Options Exercised at Time of Contract Award (Jun 1988) applies to this acquisition. FAR Clause 52.226-4 - Notice of Disaster or Emergency Area Set-Aside. FAR Clause 52.217-8 Option t Extend Services FAR Clause 52.217-9 Option to Extend the Term of the Contract Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the state of Indiana. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. All questions must be submitted in writing to aubrey.mckinney@dhs.gov by September 2, 2008. All RFP's are due by September 9, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cadd3be33f8cc49445ce77b5f6b3517c&tab=core&_cview=1)
 
Document(s)
CLINS
 
File Name: Quality Assurance Surveillance Plan (1766-QASP.pdf)
Link: https://www.fbo.gov//utils/view?id=464aaf621a4e5b0eae1eb9d8aa4993cd
Bytes: 700.98 Kb
 
File Name: Performance Work Statement (1766-PWS.pdf)
Link: https://www.fbo.gov//utils/view?id=3bb40e9a200a88767ca8c20bcfff7d30
Bytes: 1,837.87 Kb
 
File Name: Past Performance Questionnaire (Past Performance Questionnaire.pdf)
Link: https://www.fbo.gov//utils/view?id=16fa46199334107caa8e0cd06ffc9689
Bytes: 72.63 Kb
 
File Name: CLIN Continuation page (CLINS.pdf)
Link: https://www.fbo.gov//utils/view?id=ff5e20846c124454a83572d19859841d
Bytes: 60.67 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: The state of Indiana, Indiana, United States
 
Record
SN01650346-W 20080827/080825222342-cadd3be33f8cc49445ce77b5f6b3517c (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.