Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

R -- PUBLIC NOTICE PUBLISHING - Attachments

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFELA-10-Q-0010
 
Archive Date
8/26/2010
 
Point of Contact
Jules P. Shabazz, Phone: 5047692605, Charmaine Hoffman, Phone: 504-762-2939
 
E-Mail Address
jules.shabazz@dhs.gov, charmaine.hoffman@dhs.gov
(jules.shabazz@dhs.gov, charmaine.hoffman@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wages and Determinations SOW Past Performance Questionnaire PROCEDURE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. NOTIFICATION The solicitation number is HSFELA-10-Q-0010 and is issued as a request for quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 541810 with a small business size standard of $7M. This request for quotes (RFQ) is set aside for Small Business concerns residing or primarily conducting business in the State of Louisiana. DESCRIPTION FEMA is seeking a contractor to place approximately twenty-five (25) public notices in various Louisiana newspapers. The notices shall be placed according to a strict timetable which will be identified by the Contracting Officer's Technical Representative (COTR). This number may increase or decrease depending on the Government's need. See attached Performance Work Statement (PWS). Please submit a firm fixed price quote per unit as set forth below. See below additional information in Evaluation Procedures: Base Period Item Number Description Quantity Unit Unit Price Extended Price 0001 Large Market Papers 20 Ea $ $ 0002 Small Market Papers 5 Ea $ $ Option Year 1 Item Number Description Quantity Unit Unit Price Extended Price 1001 Large Market Papers 20 Ea $ $ 1002 Small Market Papers 5 Ea $ $ Option Year 2 Item Number Description Quantity Unit Unit Price Extended Price 2001 Large Market Papers 20 Ea $ $ 2002 Small Market Papers 5 Ea $ $ Option Year 3 Item Number Description Quantity Unit Unit Price Extended Price 3001 Large Market Papers 20 Ea $ $ 3002 Small Market Papers 5 Ea $ $ Option Year 4 Item Number Description Quantity Unit Unit Price Extended Price 4001 Large Market Papers 20 Ea $ $ 4002 Small Market Papers 5 Ea $ $ CONTRACT CLAUSES The selected Offeror must comply with the following solicitation provisions and contract clauses at FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, FAR 52.217-8, Option to Extend Services, FAR 52.219-3, Notice of Total HUBZONE Set-Aside, FAR 52.226-3, Disaster or Emergency Area Representation, FAR 52.226-4, Restrictions on Subcontracting outside Disaster or Emergency Area, FAR 52.232-34, FAR 52.233-2 Service of Protest, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41, Service Contract Act of 1965, HSAR 3052.228-70 INSURANCE, HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE. 52.219-6 Notice of Total Small Business Set-Aside. As prescribed in 19.508(c), insert the following clause: Notice of Total Small Business Set-Aside (June 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of clause) 52.226-4 Notice of Disaster or Emergency Area Set-Aside. As prescribed in 26.206(b), insert the following clause: 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 Louisiana. 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. (End of clause) 52.233-2 Service of Protest. As prescribed in 33.106, insert the following provision: Service of Protest (Sept 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jules Shabazz, FEMA LRO, 1 Seine Court, New Orleans, Louisiana 70114 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. ATTACHMENTS Attachment A-Past Performance Questionnaire Attachment B-Performance Work Statement (PWS) Attachment C-Wage Determinations EVALUATION PROCEDURES I. BASIS FOR AWARD The Government shall make award based on a best-value trade-off process. Accordingly, award shall be made to the responsible and technically acceptable offeror whose quotation/proposal provides the greatest overall value to the Government, price and technical (non-cost) factors considered. This process permits trade-offs among price and technical (non-cost) factors and allows the Government to accept other than the lowest priced proposal. II. EVALUATION FACTORS A. Technical (non-cost) Factors- The technical factors are listed in descending order of importance. The technical (non-cost) factors, Technical Approach, Past Performance and Company Experience are significantly more important than price/cost. Factor 1- Technical Approach is more important than Past Performance and Company Experience Factor 2- Past Performance is less important than Technical Approach but more important than Company Experience Factor 3- Company Experience is less important than Technical Approach and Past Performance B. Price Factor 4- Price is significantly less important than the technical (non-cost) factors. III. EVALUATION CRITERIA A. Technical Approach The Offeror's technical approach shall be evaluated by assessing the likelihood that the proposed technical approach will meet the Government's requirements, including any associated risk of the Offeror's non-performance in the technical approach. This factor will be used to evaluate the degree to which the Offeror's proposed technical approach meets all requirements. The Offeror shall provide a Performance Work Statement (PWS) detailing the plan to achieve the Government's objectives identified in the PWS. The Government shall evaluate the Offeror's strengths, weaknesses and risks of the Offeror's technical approach identified in the SWO in addressing the following: • Narrative description of key tasks to be performed • Identification of the material to be used and why it best suits the Government's requirement • Schedule of values B. Past Performance Past performance shall be evaluated as a measure of the Government's confidence in the Offeror's ability to successfully perform this project based on demonstrated relevant and recent performance. The Offeror shall provide a project list of relevant and recent performance. The project list shall include the following: • Name of project • Location of project • Role on the project (Prime, Sub-contractor) • Contract/sub/contract type • Name and current telephone number for project owner's representative most knowledgeable of the project The Offeror's past performance shall be evaluated based on the information received as part of the past performance questionnaires, Attachment D, and phone interviews with identified customers on the project list. The Government reserves the right to obtain and utilize information obtained by the Government from sources other than those identified by the Offeror. The evaluation will consider the extent of the Offeror's relevant experience and their demonstrated ability to meet project quality, performance, schedule, and technical requirements and cost objectives, and to ensure customer satisfaction. C. Company Experience Company experience will be evaluated on the basis of the Offeror's relevant experience during the last three (3) years. The Government will determine whether the Offeror's experience on contracts is similar in size, scope, and complexity to this requirement. The Offeror shall provide summaries for relevant and recent projects. The summaries shall at a minimum include the following: • Describe the relevance to this requirement • Project value • Scheduled and actual start and completion dates D. Price The Offeror shall submit a price quotation separate from the technical quotation. The price quotation shall include a total firm fixed price based on the CLIN set forth under the Section labeled "Description". SUBMISSION INSTRUCTIONS A. Each Offeror shall submit one (1) original and two (2) copies of their technical quote (past performance questionnaires) and one (1) original and three (2) copies of their price quote. Quotes shall be submitted together in two separate parts labeled, Part I, Technical quote and Part II, Price Quote. B. Quotes shall be submitted no later than 4:00 PM CDT, Thursday, August 12, 2010 marked and forwarded to the following address: Federal Emergency Management Agency (FEMA) Louisiana Recovery Office (LRO) 1 Seine Court-Mailroom New Orleans, Louisiana 70114 Attention: Mr. Jules P. Shabazz Solicitation Number: HSFELA-10-Q-0010 Due Date: 4:00 pm, CDT, 8/12/2010 C. FEMA will not accept electronic submissions D. Offerors shall sumit documentation that company resides or primarily does business in the state of Louisiana in accordance with FAR 52.226-3. E. Questions regarding this RFQ shall be submitted no later than Tuesday, August 10, 2010 at 4:00 pm. Responses shall be provided no later than Wednesday, August 11, 2010. F. POINT OF CONTACT Mr. Jules P. Shabazz Telephone: (504) 762-2605 Email" jules.shabazz@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFELA-10-Q-0010/listing.html)
 
Place of Performance
Address: U.S. Department of Homeland Security/FEMA, 1 Seine Court, New Orleans, Louisiana, 70114, United States
Zip Code: 70114
 
Record
SN02229669-W 20100807/100805234914-a3bdf32629415d49038e6eb69f2858aa (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.