Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

99 -- Interpretive Wayside Exhibit Panels, including Fiberglass, High Pressure Laminate, Fused Polycarbonate, and Porcelain Enamel Panels for Outdoor Use

Notice Date
11/19/2008
 
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
N1141090004
 
Response Due
12/18/2008
 
Archive Date
11/19/2009
 
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 N1141090004 constitutes the entire solicitation. Technical proposals, warranty information and business management/cost proposals are being requested. The National Park Service has a requirement for interpretive wayside exhibit panels, including fiberglass, high pressure laminate, fused polycarbonate, and porcelain enamel panels for outdoor use. Due to space limitations, the complete commercial item specifications are contained in Request for Proposal Number N1141090004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This acquisition is a total small business set-aside. Responses are due on or before December 18, 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 up to six contract awards will be made in the following four categories: Category I - Fiberglass Panels (One Contract Award)Category II - High Pressure Laminate Panels (Two Contract Awards)Category III - Fused Polycarbonate Panels (One Contract Award)Category IV - Porcelain Enamel Panels (Two Contract Awards) You may prepare a proposal for one or all of the categories, but each proposal must be prepared and submitted separately. Award(s) will be for Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed-price contracts for one year with four one-year option periods. In each category, the contractor will be guaranteed a minimum workload of $3,000 and the maximum workload limit will be $500,000 for year one. Each subsequent option year will have a guaranteed minimum workload of $3,000 and the maximum workload limit will be $500,000. If a contractor declines to propose or declines work offered by the National Park Service at any time during the contract period, the estimated amount of the project will be subtracted against the minimum guaranteed workload in this contract. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 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, 52.216-22 Indefinite Quantity, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 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, 52.227-16 Additional Data Requirements, 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 Information - Submit two references for contracts that are similar in size, complexity and nature to this work. Complete Numbers I and II of the Past Performance Questionnaire for each category as follows: Attachment C.1 - This questionnaire is for Category I, Fiberglass Panels.Attachment C.2 - This questionnaire is for Category II, Digital High Pressure Laminate Panels.Attachment C.3 - This questionnaire is for Category III, Fused Polycarbonate Panels.Attachment C.4 - This questionnaire is for Category IV, Porcelain Enamel Panels. This information must be submitted on or before December 11, 2008. The past performance information submitted for evaluation under this solicitation should correspond to the samples of work provided under Number 3. Project examples 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 Quality Control. This plan should identify how the work will be performed under the contract and specifically address in detail how all work as outlined on Page 1, Article Number III, will be accomplished. 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, and track project work. Provide information about other duties and obligations that the Project Manager may have which could impact the work of this contract, if any. The accepted plan will become a part of the resultant contract. 3. Samples of Work The offeror should provide samples of at least three completed projects produced within the last three years, which demonstrate the ability of proposed personnel and designated subcontractors to produce fiberglass, digital high pressure laminate, fused polycarbonate and/or porcelain enamel panels. Samples can be demonstrated by photographs, technical drawings, DVD's, and/or other illustrative materials that can be easily viewed in hardcopy or by using standard office equipment and software. To the extent possible, samples should tie back both to the past performance references and to key personnel. Samples of work must demonstrate capabilities of personnel proposed for use under this contract. If no samples exist for the current employer, provide samples of work produced under previous employers. Identify each sample with the following information: A. Category in which the interpretive wayside exhibit panel(s) belong; B. Name and location of the project; C. Name of client, contact person, and telephone number; D. Offerors role in the project (i.e., primary contractor or subcontractor); E. Describe the specific work performed by your firm for each project (i.e.: fabricated all exhibit structures; fabricated graphic panels; etc.); F. 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); G. Award price and actual completion price; H. Date of contract award, scheduled completion date, and actual completion date; and I. Explain any modifications or time delays. 4. Personnel The offeror should identify personnel, including key personnel and subcontractors, proposed for use under the contract as a list at the beginning of this section. The list should 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. At a minimum, submit resumes for the following individuals: "Project Manager;"Fabrication Shop Supervisor; and"Graphics Shop Supervisor. Each resume should include: A. Name of person, title, and statement of their primary duties; B. Person's proposed role(s) and responsibilities under the 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 eachproject listed. Exclude information that is not relevant to the person's designated role in the 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. Provide a complete price breakdown by category as shown on pages one through five of the Request for Proposal. In addition, provide complete pricing matrixes as follows: Attachment A.1 - This price form is for Category I, Fiberglass Panels.Attachment A.2 - This price form is for Category II, High Pressure Laminate Panels.Attachment A.3 - This price form is for Category III, Fused Polycarbonate Panels.Attachment A.4 - This price form is for Category IV, Porcelain Enamel Panels.B. Warranty terms and conditions for each Category. 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. J. The offeror agrees that the proposal is valid for a period of 90-days after the closing date. 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 will include the following: A. Quality of Products and Services. Demonstrated ability to fabricate panels in accordance with required specifications. Conformance to good standards of workmanship and quality control. (0-10) B. Customer Satisfaction. Satisfaction of end users with the completed panels. (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 Quality Control - Weight = 30 Evaluation will be based on the adequacy and feasibility of the Comprehensive Plan including Quality Control. Special emphasis will be placed on the Project Manager, the techniques employed, 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 panels that are similar in design and function to the requirements specified in the 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 panels as required by the contract. Award Criteria: The Government anticipates award of up to six firm-fixed-price IDIQ contracts resulting from this Request for Proposal. Contract(s) will be made to those responsible offerors whose offer(s), conforming to the Request for Proposal 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, as well as life cycle cost considerations, will be included in the best value determination. Prices proposed will be examined to establish price reasonableness. 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)).While price will be a factor in the award decision, the award may not necessarily be made to that offeror submitting the lowest price. 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 offeror's adequate understanding of the Scope of Work related to proposal presentation, price (including materials) and other factors considered. The question to be decided in making the final selection will be whether proposals scoring better are 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, geographical disbursement, 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. Attachment I, Intention to Propose, should be submitted on or before December 4, 2008. Attachments C.1, C.2, C.3, and/or C.4, Past Performance Questionnaires, should be submitted on or before December 11, 2008. Only Numbers I and II of the Past Performance Questionnaires should be filled out. The government will obtain the past performance information from the references provided. All proposals should be submitted in an original and four copies for receipt no later than 4:00 p.m., EST, December 18, 2008, and shall be clearly marked with Request for Proposal Number N1141090004. 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 in accordance with FAR Part 52.212.1(f). Past performance information and proposals should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Administrative Specialist; Request for Proposal Number N1141090004; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=115a7fcd8448e46fdd88f87968e94460&tab=core&_cview=1)
 
Place of Performance
Address: Harpers Ferry, West Virginia<br />
Zip Code: 254250050<br />
 
Record
SN01707336-W 20081121/081119215719-115a7fcd8448e46fdd88f87968e94460 (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.