Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

99 -- Fabrication of Signage for Fire Island National Seashore

Notice Date
8/16/2010
 
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
N1105100020
 
Response Due
9/1/2010
 
Archive Date
8/16/2011
 
Point of Contact
Melody L. Wolfe Contract Specialist 3045356495 melody_wolfe@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 N1105100020 constitutes the entire solicitation. Technical and business proposals are being requested. The National Park Service has a requirement for the production of a series of wayfinding, identification, and accessibility signs for Fire Island National Seashore, Long Island, New York. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This acquisition is a total small business set-aside. Responses are due on or before September 1, 2010. Award will be made on or before September 21, 2010. The North American Industry Classification System (NAICS) code is 339950 and the related small business size standard is 500 employees. Due to space limitations, the complete commercial item specifications are contained in Request for Proposal Number N1105100020. Interested contractors should download the Request for Proposal. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. All signs shall be shipped FOB - Destination. Additionally, the following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.204-7 Central Contractor Registration, 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 Alternates I and II, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 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, 52.225-1 Buy American Act - Supplies, 52.225-2 Buy American Act Certificate, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-18 Place of Manufacture, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52-233.3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.245-1 Government Property, 52.246-2 Inspection of Supplies - Fixed-Price, and 52-249-1 Termination for Convenience of the Government (Fixed-Price)(Short Form) Offerors should submit the following: 1. Past Performance Information - Submit three references for contracts that are similar in size, complexity and nature to this work. Complete Numbers I and II of Attachment E, Past Performance Questionnaire. The past performance information submitted for evaluation under this solicitation should correspond to the samples of work provided under Number 2 below. Project samples 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 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. Technical Capability, Samples and Warranty - Provide evidence of your technical capability to produce the signs required by this contract. The offeror should provide information that relates to at least two completed sign projects that are similar in size, complexity and nature to this project and produced within the last five years, which demonstrate the ability of the proposed personnel and designated subcontractors. Provide a minimum of two 8" x 10" color photographs including shop drawings representative of each structure type. Samples of work must be submitted for all subcontractors. Also provide information about the warranty terms and conditions for each material type. Warranties included in the contractor's proposal will become a part of the resultant contract. Identify each sample with the following information: A. Name and location of the project, name of client, contact person, and telephone number;B. Offerors role in the project (i.e., primary contractor or subcontractor) and specific work performed by your firm;C. Award price and actual completion price;D. Date of contract award, scheduled completion date, and actual completion date; andE. Explain any modifications or time delays. 3. 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 a resume for the following: " 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 each project 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." 4. Business Management/Cost Proposal A. Completed Attachment D, Contract Pricing Form. B. Completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. C. Three originally signed copies of Standard Form 1449. D. Proposal Summary and Data Sheet. E. SF-LLL, Disclosure of Lobbying Activities. F. DI-1963, Certification Regarding Lobbying. G. ACH Enrollment Form. H. The offeror agrees that the proposal is predicated upon all the terms and conditions of this Request for Proposal, and is firm for 120 days from the date of this proposal for acceptance thereof by the Government. I. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, if not registered in the Online Representations and Certifications Application (ORCA) database. 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 = 0 - 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 perform sign fabrication, engineering, design, installation, and production services in accordance with required design specifications. Conformance to good standards of workmanship and quality control. (0-10) B. Customer Satisfaction. Satisfaction of end users with the completed signs and/or sign components. (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) 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)). 2. Technical Capability, Samples and Warranty - Weight = 0 - 40 points Evaluation will be based on the adequacy and feasibility of the technical capability, the samples of work that demonstrate the ability of proposed personnel and subcontractors to manage and produce graphics and structures that are similar in design and function to signs and sign components to be fabricated as part of this contract, and the length and terms and conditions of the warranty offered for the signs. 3. Personnel - Weight = 0 - 20 points 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 graphics or similar types of fabrication. Award Criteria: The government anticipates award of one firm-fixed-price contract resulting from this solicitation. A contract will be made to that responsible offeror whose offer, conforming to the solicitation 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. 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. Technical proposals should be submitted in an original and four copies and business proposals should be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, September 1, 2010, and shall be clearly marked with Request for Proposal Number N1105100020. 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). Technical and business proposals should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Contract Specialist; Request for Proposal Number N1105100020; 230 Zachary Taylor Street, P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) or electronic mail will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1105100020/listing.html)
 
Place of Performance
Address: Long Island, New York
Zip Code: 11770
 
Record
SN02242618-W 20100818/100816235813-8abf5cf85265be0bd2bddb992f391a0c (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.