Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

T -- Replacement all of the equipment operating on the 700 MHZ band.

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
LEASUP0131N001
 
Response Due
7/23/2010
 
Archive Date
9/21/2010
 
Point of Contact
william webb, 913 684 1623
 
E-Mail Address
Fort Leavenworth DOC (W91AF4)
(william.king.webb@conus.army.mil)
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 13 April 2010. This is a Total Small Business set-aside under NAICS 238210 with a size standard of 500 employees. Ft. Leavenworth KS requires the following items: CLIN 0001: Replacement all of the equipment operating on the 700 MHZ band. Information Only 0001AA: Replacement all of the equipment operating on the 700 MHZ band, to include: Lavaliere microphones quantity = 6, body pack transmitters for lavaliere microphones = 6, Handhelds Microphones quantity = 10, Dual channel Receivers quantity = 8 and re-banding of 31 Receiver / Telex body pack. Quantity: 1 Price: 0001AB: Contractor Manpower Reporting Quantity: 1 Price: PERFORMANCE WORK STATEMENT Replacement of 700 MHz AV Equipment Directorate of Educational Technology (DOET) 1.Project Title: Lewis and Clark Center / Eisenhower Building 700MHz Frequency band AV equipment upgrade. 2.Background: Lewis and Clark Center classrooms and auditoriums are using Audio wireless equipment that is running on 700MHz frequency band. Under a new FCC rule, anyone who uses a wireless microphone that operates in the 700 MHz Band will have to stop operating their wireless microphone by June 12, 2010. 3.Scope: Replacement all of the equipment operating on the 700 MHZ band, to include: Lavaliere microphones quantity = 6, body pack transmitters for lavaliere microphones = 6, Handhelds Microphones quantity = 10, Dual channel Receivers quantity = 8 and re-banding of 31 Receiver / Telex body pack. In addition, have a CBTE certified technician to conduct a survey of the current frequencies and provide a detailed plan of the new frequencies for the replacement equipment. The replacement equipment must be compatible with the current equipment. 4.Applicable Documents: a.DoD Web Site Administration Policies & Procedures 11 JAN 2002 b.Army Regulation 25-1 Army Knowledge and Information Technology Management 25 DEC 2008 c.Army Regulation 25-2 Information Assurance 03 AUG 2007 5.Performance Requirements: Task 5.1: Initial Assessment "Troubleshoot and identify current frequencies in use in the classrooms and auditoriums of Lewis and Clark and DePuy Hall in the Eisenhower building. "Submit a written schematic of all frequencies being used in each building a.5.1.1 Deliverable The contractor shall provide the Contracting Officer a written schematic of the building showing the current frequency footprint. One (1) paper, hard copy, and one (1) digital copy in AutoCAD format upon completion. b. 5.1.2 Minimal Acceptable Standard (MAS). One hundred percent accurate frequency footprint of all classrooms and auditoriums in L&C, and DePuy Hall in the Eisenhower building. Task 5.2: Replacement of all Audio equipment using 700 MHz Frequency band "The contractor shall replace the current equipment using 700 MHz frequency band with an acceptable frequency based on the proposed frequency plan. "The contractor shall install and test the new equipment in the halls and auditoriums in the Lewis and Clark building and in the DePuy hall in the Eisenhower building. 5.2.1 Deliverable The contractor shall replace all audio equipment using 700 MHz frequency band. System and equipment shall be compatible with existing equipment in place. "The contractor shall deliver the replacement equipment and install it within the current configuration. "The contractor shall provide a list of each installed systems serial number and the classroom where it was installed and what the frequency number is. 5.2.2 MAS Final documentation of the new equipment to include location, serial number, frequency and warranty shall be delivered to the COR no later than five (5) working days after contract is completed. Task 5.3: Final Assessment and Maintenance "Contractor shall conduct a engineering survey and ensure that the new frequencies interfering with each other or the other frequencies in the rest of the building. " The government will do a test to ensure the functionality. "Perform a visual inspection of all cables and connectors installed and their workmanship 5.3.1 Deliverable The contractor shall acknowledge that all equipment is installed and updated and is fully operational upon completion of the installation phase. Estimated and actual time expended shall be documented. The contractor shall document all activities along with any noteworthy lessons learned or unusual issues/events encountered during installation and report them in the summary report to the COR once the contract is completed. 5.3.2 MAS Core equipment and upgrades shall be fully operational upon completion of the installation portion of the contract. All installed and updated equipment shall be 100% operational readiness upon completion of the installation phase and operational 100% of the time within a one-month period. Performance Standards: The proposal will be evaluated to determine if the proposed mix of labor categories and the proposed level of effort for each labor category are reasonable to perform the work specified in the PWS in an efficient manner. The proposal shall include certifications and experiences of personnel installing the equipment and the Design Manager. This project requires an on-site manager. Section F. Deliverables: 52.247-34 F.O.B. Destination NOV 1991, The period of performance shall start after contract award and last for a period of thirty (30) days. Performance will be on-site at Lewis and Clark Center, 100 Stimson Ave, Ft. Leavenworth, Kansas. Hours of installation will be from 1500 hours to 1900 or later as needed because the classrooms are active. With limited exceptions, later hours and or weekends may be considered case-by-case basis. The contractor shall coordinate with the COR prior to working after hours or on weekends. The Government will provide a work area and a secure area to store their materials while the contract is being performed The COR contact information for this project will be given to the successful contractor prior to commencement of work. Section I. Clauses: The following FAR and DFAR Clauses are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006, 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009, 52.227-14 Rights in Data--General DEC 2007, 52.232-16 Progress Payments JUL 2009, 52.237-1 Site Visit APR 1984, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984, 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007, 252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008, 252.232-7010 Levies on Contract Payments DEC 2006,,, 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http//:farsite.hill.af.mil (End of clause) 7. The following FAR and DFAR clauses incorporated in full text: CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _XX__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). _XX__ (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _XX__ (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _XX__ (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). _XX__ (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _XX__ (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _XX__ (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).. _XX__ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) _XX__ (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _XX__ (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _XX___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (a)The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _XX__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (1) _XX__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (19) _XX___ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (23)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _XX___ Alternate III (MAY 2002) of 252.247-7023. (End of clause) Section K- Representations, Certifications and Other Statements of Offerors: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) Offerors shall include a completed copy of the provision 52.212-3 with their offer. Section L - Instructions, Conditions and Notices to Offerors SITE VISIT An organized site visit has been scheduled for 29 June 2010, 10:00 A.M. (c) Participants will meet at-- MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH 535 Kearney Avenue, RM Blockberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.233-2 Service of Protest 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http//:farsite.hill.af.mil (End of provision L-I PROPOSAL PREPARATION INSTRUCTIONS 52.216-1 -- Type of Contract. As prescribed in 16.105, complete and insert the following provision: Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) A. Proposal Submittal and Inquiries. 1. Proposals shall be submitted prior to the closing date and time identified on the combined synopsis/solicitation, to the following address: If using a commercial delivery service such as FedEx or UPS paper copies of the proposal shall be delivered to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH ATTN: Bill Webb 535 Kearney Avenue, RM Blochberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 If using the USPS paper copies of the proposal shall be mailed to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH ATTN: Bill Webb 600 THOMAS AVENUE, RM 202 FORT LEAVENWORTH, KS 66027-1417 2. Technical Questions - shall be sent in writing to Mission and Installation Contracting Command Directorate of Contracting Fort Leavenworth, ATTN: Bill Webb, 600 Thomas Ave, Ft. Leavenworth, KS 66027 or email to william.king.webb@us.army.mil. All questions must be submitted no later than 9 July, 2010 12:00 p.m. CDT. Telephonic inquiries will not be accepted. B. General Instructions 1. The selection of a source for award purposes will be conducted utilizing source selection procedures as delineated in FAR Part 13.106-2. Offers will be evaluated using the criteria under Section M, Factors to be Evaluated. Noncompliance with the RFP requirements will raise serious questions regarding an offerors technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. 2. The Offer. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFP, concurrence with the Statement of Objectives, and the proposed contract type. 3. It is the Governments intention to award without discussions. Offerors are encouraged to present their best mission capability proposal and prices in their initial proposal submission. 4. These instructions prescribe the format for the proposal and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. 5. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the offeror requests otherwise, the Government will destroy extra copies of such unsuccessful proposals. 6. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 7. All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Potential offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. 8. Debriefings. The KO will notify unsuccessful offerors of the source selection decision in accordance with FAR 15.506. Upon such notification, unsuccessful offerors may request and receive a debriefing. Offerors desiring debriefing must make their request in accordance with the requirements of FAR 15.506. C. Proposal Preparation Instructions 1. Offerers proposal shall consist of two (2) separate volumes: Volume 1 Contract documents and price; Volume 2 Technical Approach- Technical Approach Narrative, Proposed Material Identification, Management and Staffing, Contract Duration and Summary Schedule and Past Performance. 2. Proposal Format a. Offerors shall submit the number of copies listed in paragraph (c) below of their proposal. b. Exceptions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. If the offeror finds it necessary to take exception to any of the requirements specified in this solicitation, clearly indicate in the applicable Volume each such exception with a complete explanation of why the exception was taken, what benefit accrues to the Government (if any), and its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. This information shall be provided in the format below. Solicitation Exceptions Solicitation DocumentPage/ ParagraphRequirement/ PortionRationale & Impact Section B, PWS/SOO/ SOW, Section L&M, etc. Applicable Page and Paragraph Numbers Identify the requirement or portion to which exception is taken Describe The rationale and impact of the exception c. The proposals shall be organized into two (2) volumes. Proposals are to be neatly bound, binders are not necessary. (If submitting a binder, spine inserts are unneccessary.) A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification, and the offeror's name, point of contact and email address. All text shall be single spaced and printed black on white paper (Black and white requirement does not apply to graphics, photos, etc., Company stationary and logos are acceptable). Printing shall be easily readable (12-pitch type or 10 point proportional spacing.) Cross-references should be utilized to preclude unnecessary duplication of data between sections. In addition to submitting hard copies of the proposals, a digital copy with both Volume I and Volume II shall be provided on CD-ROM disk in Microsoft Word, PowerPoint and/or Excel or PDF. File names to be Company Name Initial for the first submission. File name of later submissions (if necessary), shall be Company Name Revision X with X indicating the number of the revision. VOLUMETITLENO. OF COPIESPAGE LIMITS IContract and Price1 OriginalN/A IITechnical Approach and all sub-factors 1 Original and 2 copiesN/A IIManagement StaffingSee AboveN/A IIContract ScheduleSee AboveN/A IIPast PerformanceSee AboveN/A d. Indexing. Each volume shall contain a more detailed table of contents to delineate the subparagraphs within that volume. Tab indexing shall be used to identify sections. e. Glossary of Abbreviations and Acronyms. Each volume shall contain a glossary of all abbreviations and acronyms used, with an explanation for each. 3. Proposal Content a. Volume I Price/Contract Documents. Failure to follow the below Contract Proposal preparation instructions may cause your proposal to be deemed unacceptable by the Government. The Contract Volume shall be organized as follows and contain the identified information. (1) TAB A, Exceptions/Assumptions (if required) - Identification and explanation of any exceptions or deviations. Additionally, any assumptions used in the proposal preparation must be identified. (2) The contractor shall acknowledge any amendments to the RFP in accordance with the instructions and Section L, FAR 52.212-1, Instruction to OfferorsCompetitive Acquisition. The offeror shall provide the name, title, email address and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. (3) TAB B, Price - Section B shall be submitted fully completed and error free. It shall contain the offerors prices for the established Contract Line Items (CLINS). The offeror shall provide the estimated cost (if any) incurred to comply with the Department of the Armys Contractor Manpower Reporting (CMR) requirement. (4) TAB C, Section K (Representation, Certifications, and Other Statements of Offerors) The offeror shall ensure that Section K is submitted thoroughly completed with all blocks in each certification/representation completed truthfully and completely. b. Volume II Tab A - Technical Capability (1) The Technical Narrative shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Legibility, clarity and coherence are very important. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Statements that the offeror understands, can, or will comply with the PWS (including referenced publications, technical data, etc.); statements paraphrasing the PWS or parts thereof (including applicable publications, technical data, etc.); and phrases such as standard procedures will be employed or well known techniques will be used, etc., will be considered unacceptable. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. (2) The Technical Capability Volume shall, at a minimum, be prepared in a form consistent with the Performance Work Statement (PWS) and the evaluation criteria for award set forth in Section M of this solicitation. The section shall be prepared in an orderly format and in sufficient detail to enable the Government to make a thorough evaluation of the contractors technical competence and ability to comply with the contract task requirements specified in the PWS. The offeror shall address as specifically as possible the actual methodology you would use for accomplishing the PWS tasks. The Technical Capability volume shall be organized according to the following general outline: "Table of Contents "Exceptions/Assumptions (Identification and explanation of any exceptions or deviations. Additionally, identify any assumptions used in preparing the proposal "Factor One Technical Approach "Subfactor A Technical approach narrative "Subfactor B Proposed Material "Factor Two Management and Staffing "Factor Three Schedule Factor One Technical Approach and Sub-Factors The Proposal shall provide a Narrative Statement that shall demonstrate the Offerors overall understanding of the scope of the services required. The proposal shall contain a detailed narrative fully explaining how the Offeror intends to accomplish the tasks and deliver the required deliverables with minimum risk to the Government in terms of quality and time. This narrative should focus on how the work will be done and not on what is to be done. Technical Approach Narrative: Describe how the material selected, meets the Performance Work Statement. Proposed Material Identification The government will evaluate and consider materials and equipment proposed by brand name and model number as quality standard. Factor Two Management and Staffing (1). The proposal shall include certifications and experiences of personnel installing the equipment, performing frequency surveys and the Design Manager. This project requires an on-site manager Factor Three Contract Duration and Summary Schedule 1.(1). Submit a summary level schedule. This summary schedule will, after contract award, be replaced with a project schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones will be achieved. Schedules shall be graphically represented. 2.The government will evaluate the summary schedule for logic, reasonableness and how it facilitates meeting the proposed contract duration. The proposed contract duration at a minimum shall meet delivery requirements of the solicitation to be rated Acceptable. c. Volume II Tab B Factor 4 Past Performance. Past Performance information described herein is required on the offeror performance. (1) The offeror shall include documentation regarding their relevant past performance as it directly relates to the work being procured under this solicitation. The offeror SHALL NOT go back any farther than 36 months for the submitted data. The past performance data shall document a successful history of past contract performance. To illustrate the offerors past performance, the following documentation shall be submitted: (i) The offeror shall provide documentation outlining the offerors past performance with contracts, as a prime or major subcontractor, which is the same or similar in nature, size, and complexity to the services being procured under this Solicitation. The submittal shall include rationale on how it was determined that the work performed previously was the same or similar in nature, size, and complexity to the work specified by this solicitation. Non-Government contracts may be used if Government contracts are not available. (2) The burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. Proposals that do not contain the information requested by this paragraph risk rejection or a less than acceptable performance rating by the Government. In the case of an offeror without any relevant past performance history, past performance will be evaluated as neutral. (3) The overall past performance evaluation is a subjective decision based on the whole of all data received. Offerors with no past performance may provide the equivalent information on company officials and/or personnel proposed for this action. Section M- Evaluation Factors for Award 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Basis for Contract Award a. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 13.106, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). The Government will select the best overall offer, based upon an integrated assessment of evaluation factors listed below. Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose proposal conforms to the solicitations requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged by an overall assessment of the evaluation factors to represent the most advantageous to the Government. As part of making the assessment, a best value analysis will be performed determining whether or not exceeding the minimum requirements at an associated price provides the best value to the Government. b. As a basis for award, trade-offs between price and non-price factors are permitted. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the proposals evaluated in the non- price factors. The greater the equality of proposals within the non- price factors, the more important price becomes in selecting the best value to the Government. Unrealistically proposed prices may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unreasonable/unrealistic proposal. c. Award for All of the Work. The Government intends to award one contract as a result of this solicitation. Offers received for less than the stated number of items listed in the Bid Schedule will be considered ineligible for award. As set forth in FAR 52.212-2 the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a), Clarifications and award without discussions). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 2. Evaluation Criteria a. The proposals will be evaluated in accordance with the following factors: Factor 1: Technical Approach Factor 2: Management and Staffing Factor 3: Contract Duration and Scheduling Factor 4: Past Performance Factor 5: Price b. Relative Importance of Factors. The relative importance of each factor is as follows: Factor 1 is more important than Factor 2, Factor 2 is more important than Factor 3. Factor 4 is equal to Factors 1 2 and 3. In accordance with FAR 15.304(e), all evaluation factors other than Cost/Price, when combined, are approximately equal to cost or price. c. FACTOR 1 - Technical Approach- The Offeror shall demonstrate understanding of the requirements of the Performance Work Statement The proposal will be evaluated based on the proposed approach to perform the work. The Offeror will give a written narrative on the proposed work to be performed. Sub-Factor A. Proposed Material Identification The government will evaluate and consider materials and equipment proposed by brand name and model number as quality standard. The proposer shall include in the proposal material identification for major materials in each of the following material. Lavaliere microphones, Body pack transmitters for lavaliere microphones, Handhelds Microphones, Dual channel Receivers 8, and re-banding of 31 Receiver / Telex body pack. d. FACTOR 2 - Management and Staffing - The offerors proposal will be evaluated on the following: 1. The proposal shall include certifications and experiences of personnel performing the frequency survey and the design manager. This project requires an on-site manager. e. FACTOR 3 Contract Duration and Summary schedule The proposer shall propose the contract duration, not to exceed the maximum contract duration specified. 3.Submit a summary level schedule. This summary schedule will, after contract award, be replaced with a project schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones will be achieved. Schedules shall be graphically represented. 4.The government will evaluate the summary schedule for logic, reasonableness and how it facilitates meeting the proposed contract duration. The proposed contract duration at a minimum shall meet delivery requirements of the solicitation to be rated Acceptable. f. FACTOR 4 - Past Performance. The Past Performance evaluation will assess the relative risks associated with an offerors likelihood of success in performing the solicitations requirements as indicated by that offerors record of past performance. (1). Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past 3 years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (2). Relevancy Assessment. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services/products being procured under this solicitation. A relevancy determination of the offerors (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. The past performance information provided in the proposal and information obtained from other sources will be used to establish the degree of relevancy of past performance. Offerors shall provide a point of contact for each record provided. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a Neutral rating for the Past Performance factor.. g. Factor 5 Price analysis will be used to determine that the prices are fair, reasonable, and realistic in accordance with FAR 13.106-3. Price will not be assigned an adjectival rating or be scored 3. Ratings a. Factor 1, Factor 2 and Factor 3 will receive one of the adjectival ratings defined below. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposals. ADJECTIVALDEFINITION ExcellentExcellent understanding of requirements and proposes an approach that significantly exceeds minimum requirements in a very beneficial manner to the Government. Proposal contains several significant strengths and other strengths. Proposal contains no identified deficiencies, significant weaknesses, or weaknesses. Excellent probability of success with very low degree of risk. GoodHigh quality in most respects and meets and in some instances exceeds minimum requirements in beneficial manner to the Government. Proposal contains some significant strengths and a few strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of successful contract performance. Good probability of success with low degree of risk. AcceptableAcceptable quality and meets minimum PWS requirements necessary for acceptable contract performance. Proposal contains some strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. MarginalA proposal that satisfies most but not all of the Governments requirements and fails to provide sufficient detail to demonstrate the feasibility of the proposed approach. The proposal contains numerous weaknesses (to include significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. UnacceptableSignificantly fails to meet minimum PWS requirements necessary for acceptable performance. The overall proposal contains numerous weaknesses/significant weaknesses and deficiencies that cannot be corrected through discussions, without a major rewrite of the proposal. The degree of proposal risk is high to very high. b. Factor 4; The Past Performance Factor will be assigned one of the ratings defined below. An offeror whose proposal demonstrates no past performance will be rated Neutral. An award will not be made to any offeror who receives a Marginal or Poor past performance rating. RatingDescription ExcellentEssentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low GoodLittle doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low AdequateSome doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate MarginalSignificant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High PoorIt is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High NeutralThe offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown 4 - Definitions: a. Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. b. Strength. Any aspect of a proposal when judged against a stated evaluation criterion, enhances the merit of the proposal or increases the probability of successful performance of the contract. c. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. d. Weakness. A flaw in the proposal that increases the risk of unsuccessful contact performance. e. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. (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. (End of provision) All vendors must have a current Central Contractor Registration (CCR). Proposals are due no later than 11:00 a.m. Central Daylight Time on 23 July 2010. All Proposals shall reference solicitation number LEASUP0131N001 in the subject line. Proposals may be delivered via USPS to: 600 Thomas Ave MICC-DOC Ft. Leavenworth KS 66027, ATTN: William Webb; for courier or commercial carrier (FEDEX, UPS, etc) 535 Carney, Blockberger Terrace, Building 338, Ft. Leavenworth KS 66027, ATTN: William Webb.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/052994edaa7965b9bd9e35da1702d816)
 
Place of Performance
Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN02185317-W 20100624/100623000123-052994edaa7965b9bd9e35da1702d816 (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.