Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

R -- Mobile Wayfinding Prototype for the National Mall

Notice Date
1/14/2009
 
Notice Type
Presolicitation
 
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
N1106090023
 
Archive Date
1/14/2010
 
Point of Contact
Sheila L. Spring Contract Specialist 3045356239 sheila_spring@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 N1106090023 constitutes the entire solicitation. Technical and business management/cost proposals are being requested. The National Park Service has a requirement for all labor, equipment, materials and services necessary to conceptualize, design, produce, test, and install a fully functional mobile wayfinding prototype of the National Mall. Due to space limitations, the complete commercial item specifications are contained in Request for Proposal Number N1106090023 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 2005-28. This acquisition is a total small business set-aside. Responses are due on or before February 12, 2009. The North American Industry Classification System (NAICS) code is 541990 and the related small business size standard is $7 million. It is anticipated that one award will be made on or about March 12, 2009. The award will be for one 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 - Submit two references for contracts that are similar in design or function to this work. The past performance information submitted for evaluation under this solicitation should correspond to the samples of work provided under Number 4. Project examples should represent work which is either on-going or has been completed during the past two years. It should also represent the involvement of the key personnel, including subcontracts. 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.Technical Approach - Describe the approach and include a level of effort to be used in the development and execution of all work elements included under this contract. Describe how all subcontractors, if any, shall be used, managed, and integrated into the overall development process. The offeror should propose intermediate deliveries for the project. These intermediate deliveries will become part of Item IV, Deliverables of the Work Statement. 3.Personnel - The offeror should identify personnel, including key personnel and subcontractors, proposed for use under the contract. Resumes should be submitted. 4.Samples of Work - Submit at least one sample and no more than five samples of related types of project work with which the contractor and/or subcontractors have played a major role in developing; include a brief narrative describing the nature of the work contributed. 5.Subcontracts and/or consultants, reflecting the person-hours of effort. 6.Start date and contract schedule. 7.Equipment, material costs, postage, and shipping. 8. Total firm-fixed-price. 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: 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 provide the product 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 product. (0-10) C.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) D.Timeliness of Performance. Compliance with delivery schedules; reliability; and responsiveness to technical direction. (0-5) E.Cost Control. Ability to complete contracts within budget (at or below); reasonableness of price change proposals submitted; providing current, accurate and complete billings. (0-5) 2.Technical Approach - Weight = 30 points Evaluation will be based on the feasibility of the technical approach and level of effort for the development of the mobile wayfinding prototype. 3.Personnel - Weight = 15 points Evaluation will be based on the qualifications, education, knowledge, and work experience of all personnel, including subcontractors, proposed for use under the contract. 4.Samples of Work - Weight = 15 points Evaluation will be based on samples of work that demonstrate the ability of proposed personnel and subcontractors to manage and produce a mobile wayfinding prototype that is similar in design or function to the mobile wayfinding prototype to be produced as part of this contract.All proposals should be submitted in an original and two copies for receipt no later than 4:00 p.m., EST, February 12, 2009, and shall be clearly marked with Request for Proposal Number N1106090023, Mobile Wayfinding Prototype for the National Mall. 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 offerors should be mailed to: National Park Service, Harpers Ferry Center, Office of Acquisition Management, Attention: Sheila Spring, Contract Specialist, P.O. Box 50, Harpers Ferry, West Virginia 25425-0050 or handcarried and/or delivered via courier to: National Park Service, Harpers Ferry Center, Office of Acquisition Management, Attention: Sheila Spring, Contract Specialist, 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Proposals by telephone transmitted facsimile (fax) and/or emails will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7e57bd33dc36a8a7323249d8380efad&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility<br />
Zip Code: 25425<br />
 
Record
SN01732114-W 20090116/090114215406-101d13e3a70ad9119e8b5bac2d877e45 (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.