Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

R -- Facility Inspection of BUMED Facility Assets

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009Q9040
 
Response Due
8/24/2009
 
Archive Date
9/24/2009
 
Point of Contact
Jean Mann 757-322-4662 Cathy Broussard757-322-4111cathy.broussard@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N62470-09-Q-9040 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-35 and DFARS Change Notice 20090721. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541350 and the Small Business Standard is $7M. The proposed contract is 100% set aside for small business concerns. This solicitation will result in a Firm Fixed Price (FFP) contract. Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources capable of providing all labor, management, supervision, tools, material, equipment and travel required to provide facility inspection of all BUMED facility assets and to populate the government provided web based system with assessment and inspection data and maintain a database to identify facility sustainment, restoration and modernization (SRM) requirements to be used by Government personnel to evaluate facility material condition and functional capability for programming. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration;52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 Alt I, 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 including:52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government,52.203-13, Contractor Code of Business Ethics and Conduct,52.219-6, Notice of Total Small Business Set-Aside,52.219-14, Limitation on Subcontracting52.219-8, Utilization of Small Business Concerns,52.219-28, Post Award Small Business Program Representation,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,52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees,52.225-13, Restrictions on Certain Foreign Purchases,52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration,52.239-1, Privacy or Security Safeguards52.222-41, Service Contract Act of 196552.22-42, Statement of Equivalent Rates for Federal Hires52.222-50, Combating Trafficking of Persons52.222-54, Employment Eligibility Verification52.228-5, Insurance- Work on a Government Installation The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country252.212-7000, Offeror Representations and Certifications - Commercial Items252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:52.203-3, Gratuities,252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.205-7000, Provision of Information to Cooperative Agreement Holders252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.243-7002, Requests for Equitable Adjustment252.232-7010, Levies on Contract Payments The following NFAS clause applies to this solicitation and is incorporated by reference: 5252.212-9300, Commercial Warranty Vendors are advised that performance under the purchase order resulting from this solicitation will be evaluated using the respective contractor performance evaluation report entry system located on the website www.cpars.navy.mil, Prior to the commencement of work the successful contractor will be required to provide the Government with the name, phone number and e-mail address of the "Contractor's Representative" that will be responsible for the receipt and review of the draft performance evaluations prepared by the Government. ADDENDA: INSTRUCTIONS FOR SUBMITTAL OF QUOTES- COMMERCIAL ITEMS Interested vendors may send the quotation to the Navy in any of the following ways; (a) by e-mail to jean.l.mann@navy.mil, or(b) by mail or commercial courier (i.e. FEDEX or UPS) to the following address: Commander, Naval Facilities Engineering Command AtlanticAttention: Jean L. Mann, Code ACQ116506 Hampton BoulevardNorfolk, VA 23508 The quotation shall consist of three parts: (1) a written technical submission, (2) past performance information, and (3) price information. PART I. Written Technical Submission: Each vendor shall provide one (1) original and three (3) copies in hard copy or an electronic version of the following:A written narrative demonstrating the capability of the company and/or its subcontractors to meet or exceed the minimum requirements listed in this scope of work. The written technical submission is limited to a total of twenty-five (25) pages(includes corporate experience and technical approach), excluding the resume for the Program/Project manager, single sided, twelve (12) pitch, one inch borders on all sides. Factor 1: CORPORATE EXPERIENCECorporate experience refers to the experience acquired by a corporation as a whole, as opposed to the experience of individual firm members. The offeror shall demonstrate relevant corporate experience. Relevant corporate experience is experience, which, either individually or in the aggregate, (within the past five years) is directly related to or similar in scope, magnitude, and complexity to that which is described in the PWS attached hereto For purposes of this evaluation, relevancy in scope, magnitude and complexity are measured by the following: Scope: Experience in the areas defined in the Performance Work Statement (performing facility condition assessments (FCA) in a hospital environment identifying and prioritizing facility maintenance and repair requirements. Magnitude and complexity Is the measure of similarity of technical and managerial intricacy and required coordination of efforts and disciplines that exists between the PWS/SOW and the vendor's performance on other contracts. For complexity, not only will the tasks performed be considered, but also the vendor's ability to coordinate the tasks (e.g. concurrent facility assessments at multiple sites and geographical locations.) Vendors shall provide up to THREE (3) specific projects performed by their firm, or a critical subcontractor or teaming contractor, completed within the past five (5) years (yet to be performed work or experience prior to the last five years will not be considered) that are most relevant to performing facility condition assessments (FCA) in a hospital environment identifying and prioritizing facility maintenance and repair requirements, as set forth in the attached PWS, as follows: a.The vendor shall demonstrate experience developing specific solutions for defective conditions identified during assessments with regard to Joint Commission Environment of Care standards.b.The vendor shall demonstrate experience in prioritizing maintenance and repair work based on the assessments and understanding of facility equipment and component failure rates and the risk associated with deficiencies identified in assessments.c.The vendor shall demonstrate experience in providing data management, detailed reports, recommendations and estimates based on those assessments. Vendors shall provide the following information for each specific example listed: 1.Contract number and title2.Brief description of work performed including type of facilities assessed and required reports.3.Period of performance4.Total size (in SF/SM of area) of facilities assessed5.Dollar value (per year)6.Location7.References (Name, Current telephone)8.Detailed explanation demonstrating s how the listed contract examples are relevant in experience to the requested work. Note: If subcontractor experience is provided as part of the relevant reference, the percentage of work to be performed by the referenced subcontractor under this contract shall be provided. Subcontractor experience will be given weight relative to the percentage of effort being provided by that particular subcontractor in the quote submitted. It is also noted that the references will be evaluated in the aggregate in order to allow vendors who may not have the same scope, magnitude, and complexity of the requirement under one individual project to still be considered acceptable if experience with the full scope, magnitude, and complexity of the requirement can be demonstrated within the allotted number of references above. Factor 2: TECHNICAL APPROACH This factor considers the effectiveness of the vendor's organization and approach that will satisfy all of the requirements of the contract, including Quality Control. The Government seeks a comprehensive and effective approach that will maximize quality, be cost effective, and result in identifying, prioritizing and estimating facility maintenance and repair requirements for BUMED assets. The vendor shall submit a detailed work plan describing their technical approach, work plan and contract management strategy, which addresses the following: a.Provide a proposed organizational chart that demonstrates the flow of authority, responsibility, and communication between home office staff, the on site personnel providing the assessments, and organizational relationships with any proposed subcontractors.b.Indicate how you will plan, schedule, coordinate, monitor and perform worldwide assessments.c.Provide job descriptions for personnel you plan on using to perform assessments and a resume for the proposed Program/Project Manager. Based on your proposed schedule, provide the number and type of personnel you will use during the period of performance for the assessments. Describe how you will provide the staffing and equipment needed to perform this contract. Describe your ability to maintain program continuity, uninterrupted high-quality work, and availability of required competent professional employees worldwide.d.Indicate how you will assure quality assessments, accurate estimates, etc. Submit a separate document \, outlining your firms internal quality assurance / quality control procedures for both technical / field work and report production.e.List any subcontractors you plan to use, the estimated percentage of work they will perform, and indicate to what extent your firm has worked with the proposed subcontractors in the past. f.Discuss how you intend to train personnel to use the VFA Facility software. As part of the pre proposal conference the Government will provide a demonstration of the VFA Facility software on August 18, 2009. Contact Ann Hager, Email: anne.hager@navy.mil to reserve a spot for the demonstration.g.Discuss how you will ensure timely and accurate data entry into the VFA program database. h.Provide an example of strategic and tactical estimates required in the solicitation. PART II- PRICE Vendors shall submit a completed Price Schedule (Attachment J-0200000-04), executed Representations and Certifications, and if applicable, executed copies of all Amendments, Price quotes shall be held firm for sixty (60) days after the closing of this combined synopsis/solicitation. PART III. PAST PERFORMANCE: Attachment I, Performance Risk Assessment Questionnaire shall be submitted for each project included under Factor 1, Corporate experience. Ensure that correct phone numbers and e-mail addresses are provided for the client point of contact. Completed Past Performance Questionnaires are to be sent from the client via e-mail or fax directly to the Government, and shall not be submitted via the vendor or its team members. Completed questionnaires shall be emailed to jean.1.mann@navy.mil or faxed to (757)322-4166. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this combined synopsis/solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following criteria shall be used to evaluate quotes: Corporate Experience, Technical Approach, Price and Past Performance. (b) A written order in response to the vendor's quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered. Quotations will be evaluated in two Phases as follows: a) In Phase I, Part I, Factor I, Corporate Experience shall be evaluated. The Government will evaluate corporate experience to determine if the vendor has demonstrated relevant experience in performing facility condition assessments in acute care hospital/clinic/medical research facilities similar in scope, magnitude and complexity to the work in the PWS. If Corporate Experience is found to be unacceptable, the quote will be determined to be technically unacceptable and will no longer be considered for further evaluation or award. b) In Phase II, the vendor's Technical Approach, Price submission, and Past Performance will be evaluated. PART I -Factor 2: TECHNICAL APPROACH The Government will evaluate the vendor's technical approach to rate the vendor's understanding of the work to be performed, and their ability to staff, plan, schedule and coordinate worldwide assessments, and to maintain the facility software database in accordance with the requirements of the PWS. Note: The Contracting Officer reserves the right to exclude vendors whose technical submittals have been determined to be unacceptable from further evaluation of price and past performance. PART II: PRICE The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Note: In the event a vendor submits a technically acceptable quotation with a non-competitive, high price when compared to the government estimate and/or other technically acceptable quotations, the Government, at its discretion, may not evaluate that vendor's past performance submission and eliminate that vendor's quotation from further evaluation and consideration for award. PART III: PAST PERFORMANCE Past Performance will be evaluated after the Contracting Officer has completed the technical and price evaluation. The Government will determine whether the vendor's past performance submissions are, in order of preference, relevant, somewhat relevant or not-relevant projects, based on three factors: scope, complexity and magnitude. Relevant - the past performance submission meets the criteria of all three factors.Somewhat relevant - the past performance submission meets the criteria of some of the three factors.Not-relevant - the past performance submission fails to meet the criteria of all three factors.For past performance submissions determined to be relevant or somewhat relevant, the Government will make a reasonable effort to collect and evaluate past performance information from the point(s) of contact identified by the vendor on the Performance Risk Assessment Questionnaire or, at the discretion of the contracting officer, other points of contact. The vendor acknowledges that the Government is not responsible if the point of contact provided by the vendor fails to respond to the Government's past performance inquiry. Vendors are also advised that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government, including Performance Assessment Reporting Systems (CPARS). The Government will evaluate the vendor's Past Performance in order to assess performance risk. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of a vendor's performance on a list of contracts, but rather the product of subjective judgment of the government after it considers all available, relevant and recent information. The Past Performance will be evaluated in accordance with FAR 13.106. SELECTION The Government intends to evaluate quotes and award a purchase order using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote is most advantageous to the Government, considering price and other criteria (technical submission and past performance) when compared to other quotations. The Government reserves the right to award to other than the lowest priced vendor. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. Please direct questions to Jean Mann at (757) 322-4662 or jean.l.mann@navy.mil Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009Q9040/listing.html)
 
Record
SN01895491-W 20090802/090801000601-a894189933c46daea80372a30416a9e1 (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.